West Lancashire Borough Council CCTV Maintenance Contract
West Lancashire Borough Council is seeking a contractor for the reactive and proactive maintenance of Public Space CCTV cameras.
United Kingdom-Ormskirk: Repair and maintenance services
2019/S 052-119815
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
52 Derby Street
Ormskirk
L39 2DF
United Kingdom
Contact person: Mr Neale Walker
Telephone: +44 1695585022
E-mail: neale.walker@westlancs.gov.uk
NUTS code: UKD
Address of the buyer profile: http://www.westlancs.gov.uk/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
CCTV Maintenance Contract
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
West Lancashire Borough Council is seeking a contractor for the reactive and proactive maintenance of Public Space CCTV cameras, the CCTV Monitoring Suite, transmission equipment and all other technical equipment that underpins the system. The contract period will be 3 years commencing on 1.10.2019, with an option to extend for up to an additional 2 years.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
West Lancashire Borough Council is seeking a contractor for the reactive and proactive maintenance of Public Space CCTV cameras, the CCTV Monitoring Suite, transmission equipment and all other technical equipment that underpins the system. The contract period will be 3 years commencing on 1.10.2019, with an option to extend for up to an additional 2 years. The Council’s CCTV system currently comprises 106 individual image streams. The CCTV system comprises:
— 71 360 Vision PTZ analogue CCTV cameras,
— 14 360 Vision Predator Cameras,
— 15 Bosch static cameras,
— 1 Pinhole camera, and
— 5 Bosch MIC 7000 PTZ’s.
Each camera operates and communicates with the Avigilon network video recorders (NVRs) in the monitoring suite. Images arrive at the suite via a mixture of different transmission methods. These are
— the Council’s private fibre digital network,
— Silvernet Wireless Transmission,
— analogue BT RS1000 circuits,
— BT EPS9 local exchange circuits,
— fibre to the cabinet (VPN), and
— ADSL (VPN).
Bidders will be required to proactively and reactively maintain cameras, the suite, transmission equipment and supporting technical equipment to ensure that the system operates with minimal “downtime”, within the relevant legislation and best practice, as determined by applying British or equivalent European Standards, ACPO, ICO, Surveillance Camera Commissioner and UK Home Office Guidance.
II.2.5)Award criteria
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
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:
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
52 Derby Street
Ormskirk
L39 2DF
United Kingdom
VI.5)Date of dispatch of this notice: