Contract notice

Information

Published

Date of dispatch of this notice: 07/03/2017

Expire date: 14/04/2017

External Reference: 2017-741479

TED Reference: 2017/S 049-089912

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

North Wales Police on behalf of the Police and Crime Commissioner for North Wales
n/a
Force Headquarters, Glan-y -don, Abergele Road,
Colwyn Bay, North Wales
LL29 8AW
UK
Contact person: Chris Buckingham
Telephone: +44 1492804051
NUTS code:  UKL -  WALES
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=19258&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

CCTV Maintenance to Custody Suites
Reference number:  NWP / 26922
II.1.2)

Main CPV code

35120000  -  Surveillance and security systems and devices
II.1.3)

Type of contract

Services
II.1.4)

Short description

CCTV Maintenance Services to North Wales Police Tender Reference 26922.
Start Date: 1st June 2017
Contract Period: 1 year with the option to extend for a further 4 years
North Wales Police are seeking a suitable supplier to maintain its CCTV Systems within its Custody Suites at the following locations;
Caernarfon
Holyhead
Mold
St Asaph
Wrexham
(This list will be subject to change as the North Wales Police estate changes)
Although the contract is primarily for Custody there may be provision for further sites to be added in the course of the contract for a break fix service for non - custody areas as and when required
II.1.5)

Estimated total value

Value excluding VAT: 300000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

35125300  -  Security cameras
II.2.3)

Place of performance

NUTS code:  UKL -  WALES
Main site or place of performance:  
Colwyn Bay LL29 8AW
II.2.4)

Description of the procurement

CCTV Maintenance Services to North Wales Police Tender Reference 26922.
Start Date: 1st June 2017
Contract Period: 1 year with the option to extend for a further 4 years
North Wales Police are seeking a suitable supplier to maintain its CCTV Systems within its Custody Suites at the following locations;
Caernarfon
Holyhead
Mold
St Asaph
Wrexham
(This list will be subject to change as the North Wales Police estate changes)
Although the contract is primarily for Custody there may be provision for further sites to be added in the course of the contract for a break fix service for non - custody areas as and when required
Suppliers must have proven experience of working on secure or restricted sites with the relevant clearance or vetting requirements up to date and be able to fully meet the requirements of the specification provided. SSAIB Accreditation and ISO 9001 will be the required standards of work.
The tender process will be undertaken via the EU Supply e tendering portal on the Blue Light e Tendering Website at https://uk.eu-supply.com/login.asp?B=BLUELIGHT
You are requested to register at this site free of charge after which expressions of interest can be made and the specification and any other relevant documents can be downloaded.
Please note that no correspondence whatsoever will be entered into apart from the Q&A Facility within the EU Supply tendering portal.
Site Visit: Wednesday: Wednesday 29th March 2017
Documents available until: Monday 10th April 2017
Last date for questions will be: Thursday 13th April 2017
Closing / Return Date: 12.00 Friday 14th April 2017
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 300000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/06/2017  /  End: 31/05/2022
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Specified in tender documents
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Specified in tender documents
Minimum level(s) of standards possibly required:  
Full independent financial background checks will be undertaken prior to award of any contract
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Specified in tender documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  14/04/2017
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until:  01/12/2017
IV.2.7)

Conditions for opening of tenders

Date:  14/04/2017
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

Head of Procurement
Procurement, FHQ, Glanydon
Colwyn Bay
LL29 8AW
UK

VI.5)

Date of dispatch of this notice

07/03/2017