Section one: Contracting authority
one.1) Name and addresses
Derry City and Strabane District Council
Council Offices, 98 Strand Road
Derry
BT48 7NN
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etendersni.gov.uk/epps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etendersni.gov.uk/epps
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://etendersni.gov.uk/epps
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
T HCO21-092 Monitoring, Servicing, Maintenance of CCTV System
two.1.2) Main CPV code
- 92222000 - Closed circuit television services
two.1.3) Type of contract
Services
two.1.4) Short description
The Derry City and Strabane District Council CCTV System consists of 93 CCTV cameras. 85 of the cameras are located within the Derry City Centre area with a further 8 cameras located in Strabane Town Centre. Our CCTV network was installed to help in the reduction of crime against people, property and business and to improve the public's perception of safety within the city and district. The objectives of the CCTV system are: • reducing the fear of crime and reassuring the public • helping to prevent crime • deterring and detecting crime • helping to identify, apprehend and prosecute offenders • providing evidence for criminal and civil action in the courts • helping maintain public order • assisting in the management and policing of large-scale events • providing assistance to emergency services • assisting in improving the town centre environment • preventing suicide Today the system comprises of a total of 93 cameras 85 PTZ and 8 Fixed. Transmission is a mixture of fibre (majority) and wireless. All cameras on the network are currently monitored independently on a 24/7 basis from a single control centre. Please refer to CfT documents for further details.
two.1.5) Estimated total value
Value excluding VAT: £1,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 33195200 - Central monitoring station
- 32234000 - Closed-circuit television cameras
- 35125300 - Security cameras
- 50600000 - Repair and maintenance services of security and defence materials
- 50610000 - Repair and maintenance services of security equipment
- 79710000 - Security services
- 79711000 - Alarm-monitoring services
two.2.3) Place of performance
NUTS codes
- UKN0A - Derry City and Strabane
two.2.4) Description of the procurement
The Derry City and Strabane District Council CCTV System consists of 93 CCTV cameras. 85 of the cameras are located within the Derry City Centre area with a further 8 cameras located in Strabane Town Centre. Our CCTV network was installed to help in the reduction of crime against people, property and business and to improve the public's perception of safety within the city and district. The objectives of the CCTV system are: • reducing the fear of crime and reassuring the public • helping to prevent crime • deterring and detecting crime • helping to identify, apprehend and prosecute offenders • providing evidence for criminal and civil action in the courts • helping maintain public order • assisting in the management and policing of large-scale events • providing assistance to emergency services • assisting in improving the town centre environment • preventing suicide Today the system comprises of a total of 93 cameras 85 PTZ and 8 Fixed. Transmission is a mixture of fibre (majority) and wireless. All cameras on the network are currently monitored independently on a 24/7 basis from a single control centre. Please refer to CfT documents for further details.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
potential 2 year extension and then retendered
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please refer to tender documents.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
12 August 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 8 February 2023
four.2.7) Conditions for opening of tenders
Date
12 August 2022
Local time
12:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 7 years should 2 year extension be granted, oitherwise 5yrs
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
High Courts of Justice Northern Ireland
Belfast
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Courts of Justice Northern Ireland
Belfast
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
as per PCR 2015
six.4.4) Service from which information about the review procedure may be obtained
High Courts of Justice Northern Ireland
Belfast
Country
United Kingdom