Tender

Camera Framework

  • Meta Procurement, on behalf of Efficiency East Midlands Limited

F02: Contract notice

Notice identifier: 2023/S 000-024073

Procurement identifier (OCID): ocds-h6vhtk-03dd18

Published 16 August 2023, 4:03pm



Section one: Contracting authority

one.1) Name and addresses

Meta Procurement, on behalf of Efficiency East Midlands Limited

Rock Cottage

Nottingham

NG7 1DE

Contact

Sandra Milburn

Email

sandra@metaprocurement.org

Telephone

+44 7775710343

Country

United Kingdom

NUTS code

UKF - East Midlands (England)

Internet address(es)

Main address

https://metaprocurement.org/

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43128

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://xantive.supplierselect.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://xantive.supplierselect.com/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Camera Framework

Reference number

EEM0078

two.1.2) Main CPV code

  • 32300000 - Television and radio receivers, and sound or video recording or reproducing apparatus

two.1.3) Type of contract

Supplies

two.1.4) Short description

EEM Partner, Meta Procurement Ltd is undertaking a compliant UK tender exercise under the Open Procedure of the Public Contract Regulations (2015) to establish a national Framework Agreement for surveillance camera and video devices, associated software and ancillary products, services and solutions for a period of 4 years.

The contractors shall provide products and services which contracting bodies can access through the Framework Agreement. The provision of surveillance camera and video devices, associated software and ancillary products, services and solutions is an indicative outline of our requirements and not exhaustive of the provision of data and capability required.

two.1.5) Estimated total value

Value excluding VAT: £250,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 32223000 - Video transmission apparatus
  • 32231000 - Closed-circuit television apparatus
  • 32234000 - Closed-circuit television cameras
  • 32235000 - Closed-circuit surveillance system
  • 32300000 - Television and radio receivers, and sound or video recording or reproducing apparatus
  • 32252000 - GSM telephones
  • 32412100 - Telecommunications network
  • 32441100 - Telemetry surveillance system
  • 34521100 - Surveillance boats
  • 34971000 - Speed camera equipment
  • 35120000 - Surveillance and security systems and devices
  • 35720000 - Intelligence, surveillance, target acquisition and reconnaissance
  • 38651000 - Cameras
  • 38652000 - Cinematographic projectors
  • 48000000 - Software package and information systems

two.2.3) Place of performance

NUTS codes
  • UKF - East Midlands (England)

two.2.4) Description of the procurement

EEM Partner, Meta Procurement Ltd is undertaking a compliant UK tender exercise under the Open Procedure of the Public Contract Regulations (2015) to establish a national Framework Agreement for surveillance camera and video devices, associated software and ancillary products, services and solutions for a period of 4 years.

The contractors shall provide products and services which contracting bodies can access through the Framework Agreement. The provision of surveillance camera and video devices, associated software and ancillary products, services and solutions is an indicative outline of our requirements and not exhaustive of the provision of data and capability required.

The documents for this procurement process will be made available at the end of July on https://www.mytenders.co.uk

This is a prior information notice to notify interested organisations of an up and coming tender opportunity. There are no further details or documents available at the moment.

The tender documents containing all requirements for this framework are estimated to be available at the end of July via the mytenders portal.

Following an RFI process, it is possible that the procurement will be split into Lots, which are likely to be:

Lot 1 - Devices

Lot 2 - Software

Lot 3 - Services

If you would like further information or are interested in taking part in the RFI to help design the framework, please contact sandra@metaprocurement.org (tel: 07775 710343).

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: £250,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Option to extend by 12 months, giving one month notice.

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

As per the tender documentation

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.2.2) Contract performance conditions

As per the tender documentation


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 12

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Framework is not due to exceed 4 years.

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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-018368

four.2.2) Time limit for receipt of tenders or requests to participate

Date

31 August 2023

Local time

5:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

18 September 2023

Local time

5:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=230096.

(MT Ref:230096)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit