Tender for Digital Interview Recording Solution
The City of London Corporation invites Tenders for the provision of a Digital interview recording solution for the City of London Police.
United Kingdom-London: Apparatus for sound, video-recording and reproduction
2018/S 156-357928
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Guildhall
London
EC2P 2EJ
United Kingdom
Telephone: +44 2076063030
E-mail: David.Scott@cityoflondon.gov.uk
NUTS code: UKI31
Address of the buyer profile: www.capitalesourcing.com
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Digital Interview Recording Solution
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The City of London Corporation (the City) invites Tenders for the provision of a Digital interview recording solution for the City of London Police. (CoLP).
The contract scope shall contain both the software and hardware required for a Digital interview solution as well as all required support and maintenance throughout the term.
II.1.6)Information about lots
II.2.3)Place of performance
II.2.4)Description of the procurement:
The City of London requires a complete upgrade to its existing interview recording solution. The requirement is to provide all supplies (hardware and software), services and if necessary, works, to install Digital Interview Recording equipment in 7 interview rooms. This contract will also include the provision for 20 portable devices.. The Solution will be capable of capturing in high quality, all audio and video during interviews carried out by the Force in the course of it’s business. The contract will be for an initial term of 3 years with the option to extend for a further 2 years subject to good contractual performance.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
3 year initial term with the option to extend for a further 2 years.
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.2.6)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
VI.2)Information about electronic workflows
VI.3)Additional information:
This tendering exercise is being undertaken using the Electronic tendering system ‘CapitaleSourcing’ (url:www.capitalesourcing.com). Suppliers will need to register an interest on the system in order to participate and registration is free.
The estimated value given at II.2.6) is for the full duration of the contract including the maximum possible extensions and any upfront costs. The estimated annual contract value is therefore 30 000 GBP for evaluation purposes only.
VI.4.1)Review body
The Strand
London
United Kingdom
VI.5)Date of dispatch of this notice: