London Borough of Bromley has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | CCTV Control Room Equipment Upgrade |
Notice type: | Contract Notice |
Authority: | London Borough of Bromley |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | LB Bromley owns and operates CCTV control rooms for the management and operation of its community safety and highways enforcement activities. The two control rooms are key strategic assets for its community safety partners and highways management functions. A Supplier is required to supply, install and commission equipment to upgrade these two facilities and sustain them into the future. A Supplier is required to upgrade the equipment in the Council's central community safety CCTV control room, remote sites and associated equipment in the Parking Enforcement control room. The community safety control room and equipment room occupy a self-contained control room suite with access control and security systems and the Parking Enforcement control room occupies premises elsewhere in the Civic Centre. The Supplier is to design, supply, install and commission a fully functional CCTV control room systems and connect all of the camera and town centre management systems to it via the private and leased fibre and other transmission networks. Once complete the Supplier is to ensure that the operator workstations are equipped to operate the camera systems, digital recording systems, radios, town centre management equipment and barrier controls, and the associated camera control and recording systems in the Parking Enforcement control room. In summary, the Supplier is to:- a. Design, supply or re-locate, install, set to work and commission CCTV equipment and systems necessary and sufficient to provide a fully functional community safety CCTV control room that meets the Council’s needs and requirements and to integrate all camera, remote CCTV, radio and town centre management systems connected to the control room. b. Replace unserviceable and incompatible equipment in the Council’s community safety and parking enforcement CCTV control rooms and at remote sites connected to it to establish fully functional control rooms. c. The Supplier is to have overall responsibility for project managing the works. It is likely that the upgrade will commence January 2015 and will last for approximately four months. Please note that commencement date and duration is indicative only and may be varied at the discretion of the Council. Following completion of the upgrade there must be an eighteen (18) months Defects Liabilty for the newly installed equipment. The Supplier is expected to maintain full monitoring functionality of the Community Safety and Parking Enforcement Control Rooms for the duration of the upgrade. Please note that the Council has appointed Dr. Michael Pollak at Eclipse Research to facilitate this procurement. |
Published: | 23/07/2014 15:11 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
London Borough of Bromley
Civic Centre, Stockwell Close, Bromley, BR1 3UH, United Kingdom
Email: william.ogg@bromley.gov.uk, URL: www.bromley.gov.uk
Attn: William Ogg
Further information can be obtained at: ANNEX A.I
Specifications and additional documents: ANNEX A.II
Tenders or requests to participate must be sent to: ANNEX A.III
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
General Public Services
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: CCTV Control Room Equipment Upgrade
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 1
Region Codes: UKJ4 - Kent
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Closed-circuit television apparatus. LB Bromley owns and operates CCTV control rooms for the management and operation of its community safety and highways enforcement activities. The two control rooms are key strategic assets for its community safety partners and highways management functions. A Supplier is required to supply, install and commission equipment to upgrade these two facilities and sustain them into the future.
A Supplier is required to upgrade the equipment in the Council's central community safety CCTV control room, remote sites and associated equipment in the Parking Enforcement control room. The community safety control room and equipment room occupy a self-contained control room suite with access control and security systems and the Parking Enforcement control room occupies premises elsewhere in the Civic Centre.
The Supplier is to design, supply, install and commission a fully functional CCTV control room systems and connect all of the camera and town centre management systems to it via the private and leased fibre and other transmission networks. Once complete the Supplier is to ensure that the operator workstations are equipped to operate the camera systems, digital recording systems, radios, town centre management equipment and barrier controls, and the associated camera control and recording systems in the Parking Enforcement control room.
In summary, the Supplier is to:-
a. Design, supply or re-locate, install, set to work and commission CCTV equipment and systems necessary and sufficient to provide a fully functional community safety CCTV control room that meets the Council’s needs and requirements and to integrate all camera, remote CCTV, radio and town centre management systems connected to the control room.
b. Replace unserviceable and incompatible equipment in the Council’s community safety and parking enforcement CCTV control rooms and at remote sites connected to it to establish fully functional control rooms.
c. The Supplier is to have overall responsibility for project managing the works.
It is likely that the upgrade will commence January 2015 and will last for approximately four months. Please note that commencement date and duration is indicative only and may be varied at the discretion of the Council. Following completion of the upgrade there must be an eighteen (18) months Defects Liabilty for the newly installed equipment.
The Supplier is expected to maintain full monitoring functionality of the Community Safety and Parking Enforcement Control Rooms for the duration of the upgrade.
Please note that the Council has appointed Dr. Michael Pollak at Eclipse Research to facilitate this procurement.
II.1.6)Common Procurement Vocabulary:
32231000 - Closed-circuit television apparatus.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Not Provided
Estimated value excluding VAT: 340,000
Currency: GBP
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 4 (from the award of the contract)
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Deposit or Parent Company Guarantee may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and Several Liability.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: No
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
III.2.3)Technical capacity
Technical capacity - means of proof required
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: No
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Yes
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 5 and maximum number: 8
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: Not Provided
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 26/08/2014
Time: 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: Not Provided
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3)Additional Information: Evaluation of the tender will be based on the CIPFA standing guide to the commissioning of local authority work and services tender evaluation model and in full compliance with EU Directives, the Council's Contract Procedure Rules and in accordance with the stated criteria.
Tenderers should note that the evaluation of the above criteria for Quality issues etc will also include the operation of minimum score thresholds. If the Tenderer's proposal receives a score below the required threshold then the bid may not be considered further. (The minimum acceptable score is a requirement to obtain at least half of the available points in any particular area).
It is likely that tenders will be sent to shortlisted providers early to mid September. Please note that this date is indicative only and can be varied at the Council's discretion.
The Council may make use of the contract for further negotiated arrangements to the extent permissible and in compliance with the relevant Procurement Regulations.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=105947164
GO-2014723-PRO-5836317 TKR-2014723-PRO-5836316
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
London Borough of Bromley
Civic Centre, Stockwell Close, Bromley, BR1 3UH, United Kingdom
Email: mark.bowen@bromley.gov.uk
Body responsible for mediation procedures:
DRS-CIArb on behalf of the Chartered Institute of Arbitrators
12 Bloomsbury Square, London, WC1A 2LP, United Kingdom
Tel. +44 8452707055, Email: padre@bipsolutions.com, URL: http://www.bipsolutions.com/
VI.4.2)Lodging of appeals: The Remedies Directive and 'Alcatel' mandatory standstill period provide clear and effective procedures for seeking redress in cases where bidders consider contracts have been unfairly awarded. Appeals against the award must be made within a period of 10 days (if contractors have been notified electronically) of the award of contract to the address shown in VI.4.1. Requests for additional de-briefing within the standstill period must be made in writing (which includes fax and email) to the same address. Any such request must be received by the contracting authority no later than midnight of the second day of the standstill period.
VI.4.3)Service from which information about the lodging of appeals may be obtained:
London Borough of Bromley
Civic Centre, Stockwell Close, Bromley, BR1 3UH, United Kingdom
Tel. +44 2083134639
VI.5) Date Of Dispatch Of This Notice: 23/07/2014
ANNEX A
I) Addresses and contact points from which further information can be obtained:
Eclipse Research
1 Mulberry Court, 2 Highbury Hill, London, N5 1BA, United Kingdom
Email: michael.pollak@eclipseresearch.eu, URL: www.eclipseresearch.eu
Attn: Dr. Michael Pollak
II) Addresses and contact points from which specifications and additional documents can be obtained:
Eclipse Research
1 Mulberry Court, 2 Highbury Hill, London, N5 1BA, United Kingdom
Email: michael.pollak@eclipseresearch.eu, URL: www.eclipseresearch.eu
Attn: Dr. Michael Pollak
III) Addresses and contact points to which tenders/requests to participate must be sent:
Eclipse Research
1 Mulberry Court, 2 Highbury Hill, London, N5 1BA, United Kingdom
Email: michael.pollak@eclipseresearch.eu, URL: www.eclipseresearch.eu
Attn: Dr. Michael Pollak