Shropshire Council has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | PMC 002 - Public Space CCTV Systems Upgrade and Control Room Relocation for Shrewsbury Town Centre |
Notice type: | Contract Notice |
Authority: | Shropshire Council |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | Closed-circuit television cameras. Closed circuit television cameras. CCTV: Shropshire Council wishes to contract for the upgrade of public space CCTV systems and control room relocation for Shrewsbury. The council requires the supplier to install and commission new high definition (HD), internet protocol (IP) digital camera technology at identified locations within the Town Centre; design, supply, install and commission a new digital control room management system (CRMS) and digital recording system; design, supply and install new fit for purpose technical furniture for the new control room; design, supply installation and commissioning of new single-mode fibre cabling and associated digital fibre transmission equipment for use with the existing multimode fibre infrastructure; design, supply, installation and commissioning of new high-capicty digital wireless transmission links for Ethernet connectivity between the new CCTV control room and Town Centre. Please note that Shropshire Council is committed to achieving Social Value outcomes through maximising the social, economic and/or environmental impact of all its procurement activity. Questions around the specific benefits that can be brought by contractors through this framework are set out within the tender response document and in addition for your further information the Council's Social Value Framework Guidance can be found at www.shropshire.gov.uk/doing-business-with-shropshire-council The contract will be in place for 1 year, with the option to extend for a further 3 year period. |
Published: | 04/11/2015 17:29 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Shropshire Council
Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
Tel. +44 1743252992, Fax. +44 1743253910, Email: procurement@shropshire.gov.uk, URL: www.shropshire.gov.uk
Contact: Procurement, Attn: Procurement
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
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: Yes
Section II: Object Of The Contract: SUPPLIES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: PMC 002 - Public Space CCTV Systems Upgrade and Control Room Relocation for Shrewsbury Town Centre
II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
Purchase
Region Codes: UKG22 - Shropshire CC
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 cameras. Closed-circuit television cameras. Closed circuit television cameras. CCTV: Shropshire Council wishes to contract for the upgrade of public space CCTV systems and control room relocation for Shrewsbury. The council requires the supplier to install and commission new high definition (HD), internet protocol (IP) digital camera technology at identified locations within the Town Centre; design, supply, install and commission a new digital control room management system (CRMS) and digital recording system; design, supply and install new fit for purpose technical furniture for the new control room; design, supply installation and commissioning of new single-mode fibre cabling and associated digital fibre transmission equipment for use with the existing multimode fibre infrastructure; design, supply, installation and commissioning of new high-capicty digital wireless transmission links for Ethernet connectivity between the new CCTV control room and Town Centre.
Please note that Shropshire Council is committed to achieving Social Value outcomes through maximising the social, economic and/or environmental impact of all its procurement activity. Questions around the specific benefits that can be brought by contractors through this framework are set out within the tender response document and in addition for your further information the Council's Social Value Framework Guidance can be found at www.shropshire.gov.uk/doing-business-with-shropshire-council
The contract will be in place for 1 year, with the option to extend for a further 3 year period.
II.1.6)Common Procurement Vocabulary:
32234000 - Closed-circuit television cameras.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: Not Provided
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Not Provided
Estimated value excluding VAT:
Range between: 190,000 and 300,000
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
Starting: 01/03/2016
Completion: 29/02/2020
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:
See tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and severable 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:
See tender documentation.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
See tender documentation.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
See tender documentation and note all relevant UK legislation or EU equivalent has to be adhered to by the contractor
III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Open
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: PMC 002
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: 11/12/2015
Time: 12:00
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in month(s): 3
IV.3.8)Conditions for opening tenders
Persons authorised to be present at the opening of tenders: No
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: Yes
Estimated timing for further notices to be published: 01/09/2019
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: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=170573025
GO-2015114-PRO-7281174 TKR-2015114-PRO-7281173
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Shropshire Council
Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
Tel. +44 1743252992, Email: procurement@shropshire.gov.uk
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Shropshire Council
Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
Tel. +44 1743252992
VI.5) Date Of Dispatch Of This Notice: 04/11/2015
ANNEX A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Shropshire Council is purchasing on behalf of itself and any wholly owned local authority company or other entity that is deemed to be a contracting authority by virtue of the Council's involvement.
Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom