Supply Installation and Maintenance of CCTV Equipment – London
The London Borough of Waltham Forest, and other participating authorities are seeking to appoint a maximum of four (4) providers to each of the following sub-lots for the Framework Agreement.
United Kingdom-Walthamstow: Security equipment
2019/S 074-175548
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Waltham Forest Town Hall, 701 Forest Road
Walthamstow
E17 4JF
United Kingdom
Contact person: Mr Stephen Potter
Telephone: +44 7741077216
E-mail: Stephen.Potter@walthamforest.gov.uk
NUTS code: UKI53
Address of the buyer profile: http://www.walthamforest.gov.uk/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Lot 2: Supply Installation and Maintenance of CCTV Equipment
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The London Borough of Waltham Forest, and other Participating Authorities are seeking to appoint a maximum of four (4) providers to each of the following sub-lots for the framework agreement for the Provision of Manned Security Guarding, Supply Installation and Maintenance of CCTV, Network Management, Lone Working, Fire Alarm and Door Entry System Services in the London Borough of Waltham Forest and participating authorities for:
— lot 2 (a): Supply and Installation of CCTV Equipment,
— lot 2 (b): Maintenance of CCTV Equipment,
— lot 2 (c): Project Design Installation and Delivery of CCTV.
The framework is available to any public sector organisation to access in London and on a national basis. This includes, but will not be limited to Local Authorities, National Health Service, Government departments and Transport for London.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Supply and Installation of CCTV Equipment
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The appointment of a maximum of four (4) providers to lot 2 (a) for the Supply and Installation of CCTV Equipment. All providers must be able to deliver the service on a national level.
Bidders can submit a tender for 1, 2 or all 3 sub-lots of lot 2.
The Authority carries out financial appraisals of all organisations that Tender for the Authority’s contracts to ensure that such organisations satisfy the Authority’s minimum standards of economic and financial standing. In this instance the Authority has set the following financial thresholds for lot 2 (a) as follows:
Lot 2 (a): Minimum of 2 600 000 GBP annual turnover in the last 2 years.
The Framework is available to any public sector organisation to access in London and on a national basis. This includes, but will not be limited to Local Authorities, National Health Service, Government departments and Transport for London.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Maintenance of CCTV Equipment
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The appointment of a maximum of four (4) providers to lot 2 (b) Maintenance of CCTV Equipment. All providers must be able to provide the service on a national level.
Bidders can submit a tender for 1, 2 or all 3 sub-lots of lot 2
The Authority carries out financial appraisals of all organisations that Tender for the Authority’s contracts to ensure that such organisations satisfy the Authority’s minimum standards of economic and financial standing. In this instance the Authority has set the following financial thresholds for lot 2 (b) as follows:
Minimum of 1 232 000 GBP annual turnover in the last 2 years.
The framework is available to any public sector organisation to access in London and on a national basis. This includes, but will not be limited to Local Authorities, National Health Service, Government departments and Transport for London.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Project Design Installation and Delivery of CCTV
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The appointment of a maximum of four (4) providers to lot 2 (c) Project Design and Delivery of CCTV. All providers must be able to provide the service on a national level.
Bidders can submit a tender for 1, 2 or all 3 sub-lots of lot 2.
The Authority carries out financial appraisals of all organisations that Tender for the Authority’s contracts to ensure that such organisations satisfy the Authority’s minimum standards of economic and financial standing. In this instance the Authority has set the following financial thresholds for lot 2 (c) as follows:-
Minimum of 1 800 000 GBP annual turnover in the last 2 years.
The framework is available to any public sector organisation to access in London and on a national basis. This includes but will not be limited to Local Authorities, National Health Service, Government departments and Transport for London.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
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.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
London
WC2A 2LL
United Kingdom
VI.4.3)Review procedure
The contracting authority will incorporate a minimum ten (10) day calendar day standstill period at the point of information on the award of the contract is communicated to tenderers. This period allows successful tenderers to seek further de-briefing from the contracting authority before the contract is entered into. Additional information should be requested from the contact in Section 1.1) If an appeal regarding the award of contract has not been successfully resolved the Public Contracts Regulations 2015 (S1 2015 No 102) provide for aggrieved parties who have been harmed or at risk of harm by breach of the rules to take action in the High Court (England and Wales).
VI.5)Date of dispatch of this notice: