Tender

Vehicle Mounted Cameras

  • East Sussex Fire Authority

F02: Contract notice

Notice identifier: 2022/S 000-026706

Procurement identifier (OCID): ocds-h6vhtk-036b02

Published 23 September 2022, 2:07pm



Section one: Contracting authority

one.1) Name and addresses

East Sussex Fire Authority

Amberley Block, Church Lane

LEWES

BN7 2DZ

Contact

Glenn Johnston

Email

glenn.johnston@esfrs.org

Telephone

+44 01323462206

Country

United Kingdom

Region code

UKJ - South East (England)

National registration number

N/A

Internet address(es)

Main address

http://www.esfrs.org

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/39167

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=52648&B=BLUELIGHT

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=52648&B=BLUELIGHT

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Vehicle Mounted Cameras

Reference number

ESFA0238

two.1.2) Main CPV code

  • 32000000 - Radio, television, communication, telecommunication and related equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

East Sussex Fire Authority (ESFA) is seeking to award a contract for the provision of vehicle mounted camera recording systems in our fleet of vehicles. This is a collaborative requirement with our sister service in West Sussex , and West Sussex Fire Authority may seek to award their own contract .

Most vehicles will require front and rearward recording only, while about one third of the fleet will require 360 degree coverage.

Tender will be managed via the EU Supply Portal – https://bluelight.eu-supply.com.

Suppliers need to be registered to use the portal, but registration is free and further information on how this is achieved, can be found at uk.eu-supply.com. If you are unsure about your companies registration status, please contact EU Supply Portal support at uksupport@eu-supply.com. If you have any difficulties with the EU-Supply Portal that you are unable to resolve through the EU-Supply helpdesk, please email procurement@esfrs.org.

two.1.5) Estimated total value

Value excluding VAT: £220,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 32200000 - Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
  • 32235000 - Closed-circuit surveillance system
  • 32251000 - Car telephones
  • 32251100 - Hands-free set
  • 32252100 - Hands-free mobile telephones
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35100000 - Emergency and security equipment
  • 35120000 - Surveillance and security systems and devices

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.2.4) Description of the procurement

East Sussex Fire Authority (ESFA) is seeking to award, on behalf of East Sussex Fire and Rescue Service a contract for the provision of vehicle mounted camera recording systems in our fleet of vehicles. This is a collaborative requirement with our sister service in West Sussex to ensure we have the same systems installed, and West Sussex Fire Authority may be seeking to use the outcome of this competition to consider awarding their own contract on behalf of West Sussex Fire and Rescue Service.

While we believe neither individual requirement will breach the threshold, as this is being run on behalf of both services, as a possible joint requirement the value of both together is likely to. As a result, this tender will be conducted following an Open above Threshold Procedure.

Most vehicles will require front and rearward recording only, while about one third of the fleet will require 360 degree coverage.

Tender will be managed via the EU Supply Portal – https://bluelight.eu-supply.com.

Suppliers need to be registered to use the portal, but registration is free and further information on how this is achieved, can be found at uk.eu-supply.com. If you are unsure about your companies registration status, please contact EU Supply Portal support at uksupport@eu-supply.com. If you have any difficulties with the EU-Supply Portal that you are unable to resolve through the EU-Supply helpdesk, please email procurement@esfrs.org.

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: £220,000

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

Duration in months

36

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 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

28 October 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

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

28 October 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Centre for Effective Dispute Resolution

London

Country

United Kingdom