Tender

CCTV Infrastructure Programme

  • London Borough of Lambeth

F02: Contract notice

Notice identifier: 2021/S 000-024452

Procurement identifier (OCID): ocds-h6vhtk-02e6f2

Published 1 October 2021, 2:08pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Lambeth

Town Hall, Brixton Hill

London

SW2 1RW

Contact

Deborah Opoku-Baah

Email

dopokubaah@lambeth.gov.uk

Telephone

+44 07547974887

Country

United Kingdom

NUTS code

UKI45 - Lambeth

National registration number

n/a

Internet address(es)

Main address

http://www.lambeth.gov.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/18

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=39845&B=LBLAMBETH

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=39845&B=LBLAMBETH

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

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

CCTV Infrastructure Programme

two.1.2) Main CPV code

  • 45453000 - Overhaul and refurbishment work

two.1.3) Type of contract

Works

two.1.4) Short description

This Procurement will establish a single Supplier Contract for the purchase of complete infrastructure renewal, replacing the existing analogue systems and moving analogue to digital, fit out of and upgrade of a new control room, upgrade/refresh programme installing new technology and operating systems and 500 plus camera replacement, enhancement, and relocation. The Goods and Works are described in detail within Appendix B, Statement of Requirements (Specification).

two.1.5) Estimated total value

Value excluding VAT: £3,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 32234000 - Closed-circuit television cameras
  • 45453000 - Overhaul and refurbishment work
  • 45453100 - Refurbishment work

two.2.3) Place of performance

NUTS codes
  • UKI45 - Lambeth

two.2.4) Description of the procurement

This Procurement will establish a single Supplier Contract for the purchase of complete infrastructure renewal, replacing the existing analogue systems and moving analogue to digital, fit out of and upgrade of a new control room, upgrade/refresh programme installing new technology and operating systems and 500 plus camera replacement, enhancement, and relocation. The Goods and Works are described in detail within Appendix B, Statement of Requirements (Specification).

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: £3,000,000

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

Duration in months

24

This contract is subject to renewal

No

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 set out in SSQ

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

Date

2 November 2021

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

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

2 November 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court of Justice England and Wales

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Cabinet Office

London

SW1 2AS

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

London Borough of Lambeth

London

SW2 1RW

Country

United Kingdom