APNR Camera Maintenance Bedfordshire
The Provision of Installation, Repositioning, Reactive and Preventative Maintenance Services relating to the ANPR camera infrastructure in Bedfordshire, Cambridgeshire and Hertfordshire.
United Kingdom-Kempston: Repair and maintenance services of security equipment
2016/S 126-226582
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Police and Crime Commissioner for Bedfordshire
N/A
Bedfordshire Police Headquarters, Woburn Road
For the attention of: Chris Goodier
MK43 9AX Kempston
United Kingdom
E-mail: ProcurementEnquiries@herts.pnn.police.uk
Internet address(es):
General address of the contracting authority: http://www.bedfordshire.police.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/29016
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=15914&B=BLUELIGHT
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=15914&B=BLUELIGHT
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
The Police and Crime Commissioner for Cambridgeshire
South Cambridgeshire Hall, Cambourne Business Park
CB23 6EA Cambourne
United Kingdom
The Police and Crime Commissioner for Hertfordshire
Harpenden Police Station, 15 Vaughan Road
AL54EL Harpenden
United Kingdom
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Kempston.
NUTS code UKH
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The bidders will be provided information relating to the location and quantity of the current camera infrastructure once they have completed and returned a non-disclosure agreement.
A completed NDA should be returned via the e-tendering portal so that the remaining documents can be issued. All bidders will be required to complete and return a non-disclosure agreement before they are provided information in relation to the cameras and their locations.
II.1.6)Common procurement vocabulary (CPV)
50610000, 32234000, 34971000, 35121000, 35125000, 92222000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Range: between 950 000 and 1 300 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Information about lots
Lot No: 1 Lot title: ANPR related Services for Bedfordshire
1)Short description
2)Common procurement vocabulary (CPV)
50610000, 92222000, 35121000, 35125000, 32234000, 34971000
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: ANPR related Services for Cambridgeshire
1)Short description
2)Common procurement vocabulary (CPV)
50610000, 32234000, 34971000, 35121000, 35125000, 92222000
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: ANPR related Services for Hertfordshire
1)Short description
2)Common procurement vocabulary (CPV)
50610000, 32234000, 34971000, 35121000, 35125000, 92222000
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.4)Other particular conditions
III.2.3)Technical capacity
Bidders must be able to provide reactive and preventative maintenance services on the camera types currently in use within each county. Further information can be found the asset lists which will be made available after the completion of an Non Disclosure Agreement (NDA).
Minimum level(s) of standards possibly required:
Bidders must be able to offer reactive maintenance services that include a 6 hour response time for tier 1 sites and 24 hour response time (Mon-Fri) for Tier 2 and below sites.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Statement of requirements. Weighting 40
2. Price. Weighting 60
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
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
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
High Court (England, Wales and Northern Ireland)
Internet address: https://www.judiciary.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
CCTV Drainage Survey Cambridge
Maintenance and Repair Contract for Fire Alarms
Supply and Installation of CCTV Monitoring Software
Contract for the Provision of CCTV Maintenance Services