Contract notice

Information

Published

Date of dispatch of this notice: 21/09/2017

Expire date: 30/10/2017

External Reference: 2017-253290

TED Reference: 2017/S 183-375115

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Metropolitan Police Service
n/a
Empress State Building, Lillie Road, Earls Court
Greater London
SW6 1TR
UK
Contact person: Lee Kitchen
Telephone: +44 2071611578
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=18938&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

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

National Police & Emergency Services Framework Agreement for Electronic Security, Control Room Systems and Audio-Visual Systems
Reference number:  SS3/16/145
II.1.2)

Main CPV code

73421000  -  Development of security equipment
II.1.3)

Type of contract

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.
II.2)

Description

II.2.1)

Title

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.
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: 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).
II.2)

Description

II.2.1)

Title

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.
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: 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
II.2)

Description

II.2.1)

Title

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).
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: 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

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:  Information and formalities for evaluating if requirements are met. Specification requirements and information will be provided in the Standard Selection Questionnaire (SSQ) and subsequently the Invitation to Tender (ITT). For full details, please register on the Metropolitan Police Service e-tendering portal: EU Supply: (eu-supply.com) to access all tender documentation: (Ref: 26620).
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  12
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2017/S 111-223290
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  02/10/2017
Local time:  14:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 07/12/2017
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:  01/11/2018

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
Circa 2020
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

Metropolitan Police Service
11th Floor, Empress State Building, Lillie Road, Earls Court
London
SW6 1TR
UK
Telephone: +44 2071611578