Section one: Contracting authority
one.1) Name and addresses
NORTH EAST LINCOLNSHIRE COUNCIL
Municipal Offices,Town Hall Square
GRIMSBY
DN31 1HU
Contact
Procurement
Telephone
+44 1472323018
Country
United Kingdom
NUTS code
UKE13 - North and North East Lincolnshire
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Opportunities/Index?p=1c381835-7581-e611-8114-000c29c9ba21&v=1
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
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
Public Facing CCTV System Upgrade
Reference number
DN563459
two.1.2) Main CPV code
- 35120000 - Surveillance and security systems and devices
two.1.3) Type of contract
Supplies
two.1.4) Short description
ENGIE Services Ltd on behalf of North East Lincolnshire Council (the Authority) is seeking a suitably qualified contractor for the upgrade of its CCTV cameras and network.
The Authority's current public space and council building CCTV camera system has evolved over the last 20 years by using a variety of different technologies to respond to the issues of their aging system to maintain the optimum performance with the limitations afforded with these changes.
The Authority have undertaken a full technical evaluation of their current system based on the operational requirements they now face. On the review it has become apparent that the consolidation of the different elements of the system needs to be implemented to allow better management of the CCTV system within the control room, whilst at the same time removing the risk of equipment obsolescence, which is driving the running cost of the system up each year.
As a result of the review, The Authority have taken the decision to upgrade their current CCTV system, including the renovation of the current control room to improve the environment within the control room for their operational staff working within this area.
the appointed Contractor shall provide the following elements of works:
Installation and commission of a new high -capacity wireless transmission network.
Installation and commission of a new high-definition cameras.
Installation and commission of a new digital CCTV control, recording and display system.
Installation and commissioning of new control room.
Provide within Prelims, welfare facility and storage container within fence compound area at Doughty Road Depot, area to be agreed with client.
Provision of a comprehensive service and maintenance package.
Additionally, the Contractor shall be responsible for all works in relation to any decommissioning, strip out and disposal of the existing CCTV systems and camera locations as per the requirements within the tender documents.
All information and documents are only available via www.yortender.co.uk
All clarifications and questions must be submitted via www.yortender.co.uk
two.1.5) Estimated total value
Value excluding VAT: £1,800,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 32231000 - Closed-circuit television apparatus
- 32510000 - Wireless telecommunications system
- 45210000 - Building construction work
- 45310000 - Electrical installation work
- 48100000 - Industry specific software package
two.2.3) Place of performance
NUTS codes
- UKE13 - North and North East Lincolnshire
Main site or place of performance
North East Lincolnshire
two.2.4) Description of the procurement
This tender package and performance specification has been detailed following a thorough evaluation by the Authority and based on the information gained. The tender documents compiled will address the issues raised by the evaluation work undertaken by the Authority. The new design will be a digital based solution, based on the supply, installation, and commissioning of a new high-capacity digital CCTV system with wireless communication from the remote camera locations back to the control room at Doughty Road Depot, Grimsby.
The new control room security management system will deploy encryption to secure the data within the system in its active state as well as nonactive state. The nominated system will be provided by Visual Management Systems Ltd (VMS). The new system will manage all cameras and their recordings for 30 days within the control room as part of the new General Data Protection Regulation (GDPR) requirement. Viewing of the system will be via two workstations within the control room, supplementary viewing monitor in the gatehouse reception area, and a playback workstation so that the daily operation within the control room is not disrupted. Within the new control room there will also be an eight-screen video wall to allow key cameras and information to be presented.
The existing Axis cameras will be retained and merge into the new CCTV system, whilst all other existing cameras will be upgraded to new Axis cameras as specified within the tender documentation. These will then be enhanced by additional cameras in key locations to allow better monitoring of the public space and road system.
Currently the cameras communication medium is via the wireless traffic light transmission system to bring all the remote cameras back to the control room. However, due to the bandwidth capabilities of the current communication system, a new wireless solution will be deployed by Rapier Systems to manage the camera data. As well as the wireless system, some sites due to their location, will use alternative transmission solutions to bring the cameras back to the control room.
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: £1,800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
Initial 72 months and the 4 further 12 month extensions.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
The requirement is for a sole provider to ensure consistency of service provision, therefore the opportunity has not been lotted.
The estimated values in II.2.6 and II.5 are calculated for the provision of the following
Installation and commission of a new high -capacity wireless transmission network.
Installation and commission of a new high-definition cameras.
Installation and commission of a new digital CCTV control, recording and display system.
Installation and commissioning of new control room.
Prelims, welfare facility and storage container within fence compound area at Doughty Road Depot
Provision of a 6-year comprehensive service and maintenance package.
All works in relation to any decommissioning, strip out and disposal of the existing CCTV systems and camera locations
The contract duration in II.2.7 is made up of the initial contract duration of 72 months and the 4 further 12 month extensions.
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
National Inspection Council for Electrical Installation Contracting (NICEIC) for all associated electrical works
Construction Health and Safety (CHAS) or Safety Schemes in Procurement (SSIP)
Desirable - Constructionline Line accreditation
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
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
29 September 2021
Local time
1:00pm
Changed to:
Date
14 October 2021
Local time
1:01pm
See the change notice.
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
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
29 September 2021
Local time
1:01pm
Place
Municipal Offices, Town Hall Sq. Grimsby DN31 1HU
Information about authorised persons and opening procedure
Democratic Services Officer for North East Lincolnshire Council
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Estimated timing for further notices to be published: Estimated timing for further notices to be published: Prior to the end of the initial 72 months, or at any point during the 4 further 12 month extension periods
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
North East Lincolnshire Council Legal Services
Municipal Offices, Town Hall Square
Grimsby
DN31 1HU
legalprocurement@nelincs.gov.uk
Country
United Kingdom