CCTV Maintenance Tender for Croydon Council
The contract requires a supplier to repair and maintain the CCTV control rooms and CCTV equipment installed at various locations throughout Croydon.
Maintenance services for the Council’s central CCTV control room, parking enforcement control room and CCTV cameras.
United Kingdom-Croydon: Closed circuit television services
2014/S 225-397951
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
London Borough of Croydon
Commissioning and Procurement Team, 12A Bernard Weatherill House, 8 Mint Walk
Contact point(s): Procurement Team; www.londontenders.org
CR1 0EA Croydon
UNITED KINGDOM
Telephone: +44 2084071318
E-mail: procurement@croydon.gov.uk
Internet address(es):
General address of the contracting authority: www.croydon.gov.uk
Address of the buyer profile: www.londontenders.org
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
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 27: Other services
Main site or location of works, place of delivery or of performance: Work will be carried within the boundaries of the London Boroughs of Croydon and Bromley.
NUTS code UKI22
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 contract requires a supplier to repair and maintain the CCTV control rooms and CCTV equipment installed at various locations throughout Croydon and provide for:
— routine servicing of equipment and installations together with a 24-hour, 365 day per year emergency call-out and breakdown repair service;
— fault identification and first call service for all faults identified with the CCTV equipment including leased fibre circuits, power supplies, cameras and telemetry, microwave transmission equipment, private fibre network, digital recording equipment, displays, matrix and camera control systems;
— re-location of re-deployable cameras; operation of a remote access service to identify faults, repair and upgrade the digital recorder and camera control system;
— two preventive maintenance rounds per year on all the equipment.
The successful service provider may also be required to replace unserviceable and install further CCTV cameras and associated equipment.
II.1.6)Common procurement vocabulary (CPV)
92222000, 50340000, 50610000, 71334000, 72267000, 35120000, 32230000, 32234000, 32235000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.4)Other particular conditions
Description of particular conditions: Please refer to procurement documentation.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Those are detailed in Invitation to Tender.
III.2.3)Technical capacity
Those are detailed in Invitation to Tender.
Minimum level(s) of standards possibly required:
Those are detailed in Invitation to Tender.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
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
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
London Borough of Croydon
Commissioning and Procurement Team, Corporate Resources and Customer Services Department, 12th floor, Zone A, Bernard Weatherill, House 8 Mint Walk
CR0 1EA Croydon
UNITED KINGDOM
Body responsible for mediation procedures
London Borough of Croydon
Commissioning and Procurement Team, Corporate Resources and Customer Services Department, 12th floor Zone A, Bernard Weatherill, House 8, Mint Walk
CR0 1EA Croydon
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: