II.1)
Scope of the procurement
National Police & Emergency Services Framework Agreement for Electronic Security, Control Room Systems and Audio-Visual Systems
Reference number:
SS3/16/145
73421000
-
Development of security equipment
Services
II.1.4)
Short description
The MPS are procuring a national police and emergency services Framework Agreement for Electronic Security, Control Room Systems and Audio Visual Systems (divided into three Lots). The aim is to conduct a Restricted OJEU tendering process via the EU Supply tendering portal to cover the requirements.
II.1.5)
Estimated total value
Value excluding VAT: 78000000.00
GBP
II.1.6)
Information about lots
This contract is divided into lots:
yes
Tenders may be submitted for
all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Tenders may be submitted for all Lots or any combination.
The MPS/contracting authority reserves the right to award any combination of Lots.
Lot 1 - Building Technology Systems and Services
Lot No:
1
II.2.2)
Additional CPV code(s)
32000000
-
Radio, television, communication, telecommunication and related equipment
32235000
-
Closed-circuit surveillance system
32333000
-
Video recording or reproducing apparatus
32421000
-
Network cabling
33195100
-
Monitors
35000000
-
Security, fire-fighting, police and defence equipment
35120000
-
Surveillance and security systems and devices
35121000
-
Security equipment
35121700
-
Alarm systems
35125000
-
Surveillance system
35125300
-
Security cameras
38651600
-
Digital cameras
42961100
-
Access control system
48952000
-
Public address systems
50000000
-
Repair and maintenance services
50610000
-
Repair and maintenance services of security equipment
51000000
-
Installation services (except software)
75241000
-
Public security services
79710000
-
Security services
79714000
-
Surveillance services
II.2.3)
Place of performance
NUTS code:
UK -
UNITED KINGDOM
Main site or place of performance:
United Kingdom
II.2.4)
Description of the procurement
Lot 1. The scope of any contract or project tendered through the Framework under Lot 1 will include but is not limited to the design, supply, installation, decommission, maintenance and support of the following types of systems: a) Analogue, Digital and Internet Protocol (IP) Building Security Systems; Closed Circuit Television (CCTV) Systems both for Security and Evidential Purposes; Access Control Systems, including Ironmongery; Intercom Systems; Intruder and Perimeter Alarm Systems; Custody Suite Systems; Recorded Interview Systems; General Audio and Video Systems; Presentation and Training Systems; Public Address Systems; Bespoke Supply and Maintenance of non-specialist off the shelf Audio and Video Systems; Internet Protocol Television (IPTV) (off the shelf) Systems; Digital Signage (off the shelf); New and Replacement Video Conferencing (off the shelf) Systems.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 42000000.00
GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
48
This contract is subject to renewal:
yes
Description of renewals:
The Framework Agreement is an ongoing requirement and therefore may require renewal (applicable to all three Lots).
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged number of candidates:
15
Objective criteria for choosing the limited number of candidates:
The aim is to award up to eight suppliers a place under Lot 1.
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
II.2.14)
Additional information
Information regarding the list of Police Forces, Emergency Services, Central Government Departments, NHS Bodies and Local Authorities etc who can access and utilise the Framework Agreement is included in the Standard Selection Questionnaire (SSQ) document - available on the EU Supply e-tendering portal (Ref: 26620).
Lot 2 - CCTV Image Presentation and Control Systems
Lot No:
2
II.2.2)
Additional CPV code(s)
32000000
-
Radio, television, communication, telecommunication and related equipment
32235000
-
Closed-circuit surveillance system
32333000
-
Video recording or reproducing apparatus
32421000
-
Network cabling
33195100
-
Monitors
35000000
-
Security, fire-fighting, police and defence equipment
35120000
-
Surveillance and security systems and devices
35121000
-
Security equipment
35121700
-
Alarm systems
35125000
-
Surveillance system
35125300
-
Security cameras
38651600
-
Digital cameras
42961100
-
Access control system
48952000
-
Public address systems
50000000
-
Repair and maintenance services
50610000
-
Repair and maintenance services of security equipment
51000000
-
Installation services (except software)
75241000
-
Public security services
79710000
-
Security services
79714000
-
Surveillance services
II.2.3)
Place of performance
NUTS code:
UK -
UNITED KINGDOM
Main site or place of performance:
United Kingdom
II.2.4)
Description of the procurement
Lot 2. The scope of any contract or project tendered through the Framework under Lot 2 will include but is not limited to the design, supply, installation, decommission, maintenance and support of the following types of systems: Command and Control Rooms; CCTV and Audio Systems (using Propriety and Bespoke Software); Drag and Drop Graphical User Interfaces (GUIs); Digital Mapping Systems; Digital and Internet Protocol (IP) Video and Audio Control Systems; Analogue and Digital Video Interfaces; Television Video Network Protocol (TVNP) and Digital Video Network Protocol (DVNP) Systems; Open Network Video Interface Forum (ONVIF) Systems; Video Recording and Image Capture Systems; Analogue and Digital Video Matrices and Interfaces; Maintenance and Support of Existing CCTV Systems; Failover Resilient Systems; Automatic Number Plate Recognition Systems (ANPR) and Operational Camera Systems, Supply Installation and Support.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 20000000.00
GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
48
This contract is subject to renewal:
yes
Description of renewals:
The Framework Agreement is an ongoing requirement and therefore may require renewal (applicable to all three Lots).
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged number of candidates:
8
Objective criteria for choosing the limited number of candidates:
The aim is to award up to eight suppliers a place under Lot 2.
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
Lot 3 - Digital Video Recording Systems, Video Walls and Ancillary Services
Lot No:
3
II.2.2)
Additional CPV code(s)
32000000
-
Radio, television, communication, telecommunication and related equipment
32235000
-
Closed-circuit surveillance system
32333000
-
Video recording or reproducing apparatus
32421000
-
Network cabling
33195100
-
Monitors
35000000
-
Security, fire-fighting, police and defence equipment
35120000
-
Surveillance and security systems and devices
35121000
-
Security equipment
35121700
-
Alarm systems
35125000
-
Surveillance system
35125300
-
Security cameras
38651600
-
Digital cameras
42961100
-
Access control system
48952000
-
Public address systems
50000000
-
Repair and maintenance services
50610000
-
Repair and maintenance services of security equipment
51000000
-
Installation services (except software)
75241000
-
Public security services
79710000
-
Security services
79714000
-
Surveillance services
II.2.3)
Place of performance
NUTS code:
UK -
UNITED KINGDOM
Main site or place of performance:
United Kingdom
II.2.4)
Description of the procurement
Lot 3. The scope of any contract or project tendered through the Framework under Lot 3 will include but is not limited to the design, supply, installation, decommission, maintenance and support of the following types of systems:will include the following: New and Replacement Video Wall and Displays; New and Replacement Digital Storage Systems; Bespoke Supply and Maintenance of Specialist Audio Video and Control Systems; Wireless Presentation Systems; New and Replacement Video Conferencing Systems and Unified Communications (specialist); Network Design, Management and Provision; Internet Protocol Television (IPTV) Systems (specialist); Control Room Design Furniture and Specialised/Bespoke Audio Visual Furniture, Digital Signage (specialist).
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 16000000.00
GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
48
This contract is subject to renewal:
yes
Description of renewals:
The Framework Agreement is an ongoing requirement and therefore may require renewal (applicable to all three Lots).
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged number of candidates:
5
Objective criteria for choosing the limited number of candidates:
The aim is to award to a single supplier a place under Lot 3 (due to connectivity and compatibility of a single system required.
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