CCTV Supply and Installation Widnes
Inspection, Supply, Installation and Maintenance of CCTV and associated equipment.
United Kingdom-Widnes: Closed-circuit surveillance system
2017/S 023-039616
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Kingsway House c/o Municipal Building, Kingsway
Widnes
WA8 7QF
United Kingdom
Telephone: +44 3033334300
E-mail: alexandra.blackburn@halton.gov.uk
NUTS code: UKD21
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA1966
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Inspection, Supply, Installation and Maintenance of CCTV and associated equipment.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The purpose of this Framework is to provide Services for the Inspection, Supply, Installation, Repair, Maintenance and Fitting of Closed Circuit Television, and associated Recording and Ancillary Equipment.
There are 2 lots on the Framework:
Lot 1 — Town Centre/Public Safety Cameras and Traffic Cameras;
Lot 2 — Buildings Cameras.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Town Centre/Public Safety and Traffic Cameras
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Within the borough of Halton.
II.2.4)Description of the procurement:
Lot 1. Town Centre Public Safety Cameras, situated in public areas, predominantly within the Boroughs Town Centres. The system also operates a town centre public address system. Includes: routine inspection, service, testing, maintenance, and replacement/upgrade of cameras, recording, and ancillary equipment, including out of hours call out provision. The installation of new equipment may or may not include the installation of associated poles and civil engineering works. This lot will require the provision of a dedicated engineer to deliver the service. The lot will also require the provision of a single point of contact for fault reporting and emergency call outs 24 hrs per day and 7 days per week, year round.
In addition to the cameras Halton Borough Council has panic alarms and Tannoy audio equipment that are integrated with the cameras to ensure public and staff safety. The maintenance of these systems will also be included in this Contract along with inspection and potential replacement/installations.
— Traffic Information Camera Systems — situated on the main arterial routes within the Borough. Includes: routine inspection, maintenance and repair to the Council’s network of 6 Cameras, currently made up of 4 fixed and 2 Pan Tilt Zoom (PTZ) enabled units, utilizing wireless link to the Council’s IT system. Although not usually subject to the need for emergency arrangements, the Council will require an emergency contact as a precautionary measure. Outside of an annual service and inspection, these cameras are normally only visited when faults develop, due to the need for traffic management measures. Traffic management will be provided where required by the Council. This lot could include some weekend/overnight works to undertake routine maintenance to avoid the need for additional deployment of traffic management on the high speed road network.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
1 12-month extension option to be given at the discretion of the Council.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Buildings CCTV
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Within the borough of Halton.
II.2.4)Description of the procurement:
Includes: equipment and recording systems situated on the authority’s public buildings and schools. Includes scheduled annual inspection, servicing and repair/replacement of cameras, Recording and ancillary Equipment. The authority currently has equipment situated at approximately 27 buildings within the Borough.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
12 month extension option to be given at the discretion of the Council.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Please refer to the tender documents at www.the-chest.org.uk for details.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
Please refer to the tender documents at www.the-chest.org.uk
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
If the contract extension option is not used then it is likely that a Notice will be issued in December 2019. If the extension option is used then it is likely that a Notice will be issued in December 2020.
VI.2)Information about electronic workflows
VI.3)Additional information:
Please note:
There are 2 lots in this Framework:
Lot 1 — Town Centre/Public Safety and Traffic Cameras.
Lot 2 — Buildings CCTV.
We will appoint 1 provider to each lot. This may be the same provider or 2 different providers depending on the outcome of the evaluation. The evaluation criteria are included in the tender documents.
The contract has no guaranteed quantities — orders will fluctuate according to demand and available budget.
Regarding the estimated values of Lot 1 (240 000) and Lot 2 (75 000), please note that this is based on the initial contract term of 3 years — 1.6.2017 — 31.5.2020. There is also a 12 month extension option to be given at the discretion of the Council.
Regarding the contract term of 3 years (1.6.2017 — 31.5.2020) stated in this Notice, please note that there is also an extension option as mentioned above.
To bid for this opportunity, please register as a supplier at www.the-chest.org.uk and express your interest via the Chest website. All of the tender documentation will be available to view and complete on the Chest website.
All tenders must be submitted via the Chest website by the deadline stated on the Chest website. Any queries can be raised by using the Messaging Facility on the Chest website.
Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=192769
(MT Ref: 192769).
VI.4.1)Review body
Kingsway House c/o Municipal Building, Kingsway
Widnes
WA8 7QF
United Kingdom
Telephone: +44 3033334300Internet address:http://www.halton.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
Fire Fighting Equipment and CCTV Maintenance Dunfermline
Supply and Installation of Vehicle CCTV and Telemetry
City of Lincoln CCTV Equipment Upgrade
CCTV System Upgrade Contract London