Tender for Systems Integration in Security and Surveillance
YPO are looking to appoint multiple-providers covering all aspects of systems integration in security, surveillance and smart city solutions to cover both separate parts and fully managed solutions.
United Kingdom-Wakefield: Surveillance and security systems and devices
2019/S 101-244578
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
41 Industrial Park
Wakefield
WF2 0XE
United Kingdom
Contact person: Contracts Team
Telephone: +44 192466485
E-mail: contracts@ypo.co.uk
NUTS code: UKInternet address(es):Main address: http://www.ypo.co.uk/
Address of the buyer profile: https://procontract.due-north.com/register?ReadForm
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
YPO — 000947 Security, Surveillance and Smart City Solutions
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
YPO are looking to appoint multiple-providers covering all aspects of systems integration in security, surveillance and smart city solutions to cover both separate parts and fully managed solutions. The providers must offer complete end to end CCTV and physical security monitoring services from the initial design and consultation, through to the supply and installation, management and maintenance. This must include access in real time, audio and video activities for both internal and external premises whilst also offering smart mobile surveillance such as body worn cameras and non-fixed CCTV. The framework is designed to meet the needs of all public sector organisations.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Full Suite of Security, Surveillance and Smart City Solutions Offering Consultancy, Network Connectivity, Software, Installation and Maintenance
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
To supply the provision of all aspects of systems integration in security, surveillance and smart city solutions either as separate parts or fully managed solutions. The provider must offer complete end to end CCTV and physical security monitoring services from the initial design and consultation, through to the supply and installation, management and maintenance.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is a possibility that this framework will be subject to renewal after 3,5 years from the commencement date.
II.2.10)Information about variants
II.2.11)Information about options
The Framework Agreement will cover the period from 1.8.2019 to 31.7.2021 with 2 options to extend for an additional 12 months. The first decision to extend the contract period will be taken by the end of June 2021 and will be dependent on satisfactory completion of all aspects of the contract to date, the current market conditions for this category and YPO’s contracting structures
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
Organisations must ensure that they are not in breach of any of the mandatory or discretionary exclusions contained in Regulation 57 of the Public Contracts Regulations 2015. Please refer to the tender documentation/online tender located on our E-Procurement system. The web address can be found under ‘Procurement Documents’ in ‘Communication’ section in this notice.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
Please refer to the Framework Agreement terms and conditions located on our E-Procurement system. The web address can be found under procurement documents in ‘Communication’ section in this notice.
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.2.1)Previous publication concerning this procedure
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
There is a possibility that this framework will be subject to renewal after 3,5 years From the commencement date.
VI.3)Additional information:
YPO are purchasing on the behalf of other Contracting Authorities. Please see the below link for details: https://www.ypo.co.uk/about/customers/ojeu-permissible-users.aspx
YPO will incorporate a standstill period at the point of notification of the award of the contract is provided to all bidders. The standstill period will be for a minimum of 10 calendar days, and provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.1)Review body
London
United Kingdom
VI.5)Date of dispatch of this notice: