Awarded Contract

Information

Published

Date of dispatch of this notice: 25/01/2019

External Reference: 62e15901-e700-487c-9c1e-d8cc364f1ba4

Awarded Contract

Cached Version

Preliminary Data

Type of contract: Services
Procedure: Restricted
Awarded Procedure Type: Restricted

Contact information

Official name: Metropolitan Police Service
Url:
Address line 1: Empress State Building, Lillie Road, Earls Court
Town: Greater London
Postal Code: SW6 1TR
Country: England
Contact person: Lee Kitchen
E-mail: lee.g.kitchen@met.pnn.police.uk
Phone: +44 02071611578

Contract information

Title attributed to the contract: National Police and Emergency Services Framework Agreement for Electronic Security, Control Room Systems and Audio-Visual Systems
Description:

Lot 1
Building Technology Systems and Services 
(Multi supplier Lot - mini competition required with the following seven approved suppliers): 
1) OpenView Security Solutions Ltd
2) Crown Security Systems
3) Chroma Vision Ltd
4) Eurovia Infrastructure Ltd
5) Reliance High-Tech Ltd
6) Chubb Systems Ltd
7) Cinos Ltd


Lot 2 
CCTV Image Presentation and Control Room Systems 
(Multi supplier Lot - mini competition required with the following two approved suppliers): 
1) Eurovia Infrastructure Ltd
2) Tyco Fire and Integrated Solutions Ltd 

Lot 3
Digital Video Recording Systems, Video Walls and Ancillary Services 
(Single supplier Lot -  awarded to the following approved supplier):
1) Cinos Ltd 

Common procurement vocabulary (CPV)
32000000   Radio, television, communication, telecommunication and related
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)
73421000   Development of security equipment
75241000   Public security services
79710000   Security services
79714000   Surveillance services

Dates
Expire date: 30/10/2017
Contract start date: 03/11/2018
Contract end date: 02/11/2022

Values
Lowest value: 44000000
Highest value: 78000000

Complementary information

Is this suitable for SME (Small and Medium Enterprises)?:
Is this suitable for VCSE (Voluntary Community and Social Enterprise)?:

Region(s)
Any Region

Additional Details

Attachment 0
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=18938&B=BLUELIGHT

Additional data
Attachment 1
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/40396

User / Company

Award Information

Awarded Date: 20/08/2018
Awarded Value: 78,000,000.00
Contract start date: 03/11/2018
Contract end date: 02/11/2022

Supplier Information 0
Supplier's name:
OpenView Security Solutions Ltd (Lot 1)
Supplier's address:
Openview House Chesham Close Romford Essex RM7 7PJ richard.stanley@openviewgroup.com
Contact person:
Richard Stanley
DUNS number of supplier:
520094244
Additional information:
Lot 1 - supplier Estimated 4 year total Lot value: £42m multi supplier Lot - mini competition required with seven approved suppliers.
Supplier Information 1
Supplier's name:
Crown Security Systems (Lot 1)
Supplier's address:
Unit 3, College Fields, Prince Georges Road, London, SW19 2PT
Contact person:
Graham Porter
DUNS number of supplier:
225363712
Additional information:
Lot 1 - supplier Estimated 4 year total Lot value: £42m multi supplier Lot - mini competition required with seven approved suppliers.
Supplier Information 2
Supplier's name:
Cinos Ltd (Lot 1 and Lot 3)
Supplier's address:
Unit 13, Camberley, Surrey,GU15 3DP dan.worman@cinos.co.uk
Contact person:
Dan Worman
DUNS number of supplier:
210969666
Additional information:
Lot 1 - supplier Estimated 4 year total Lot value: £42m multi supplier Lot - mini competition required with seven approved suppliers. Lot 3 - supplier Estimated 4 year total Lot value: £16m Single supplier Lot.
Supplier Information 3
Supplier's name:
Tyco Fire and Integrated Solutions (UK) Ltd (Lot 2)
Supplier's address:
Bridge House, Saxon Way, Bar Hill, Cambridge, CB23 8TY sales.tisuk@tycoint.comsales
Contact person:
Barbara Laman
DUNS number of supplier:
000000000
Additional information:
Lot 2 - supplier Estimated 4 year total Lot value: £20m multi supplier Lot - mini competition required with two approved suppliers.
Supplier Information 4
Supplier's name:
Chroma Vision Ltd (Lot 1)
Supplier's address:
Acorn House, Five Oak Green, Kent, TN12 6RH b.wood@chroma.vision.co.uk
Contact person:
Becci Wood
DUNS number of supplier:
221977734
Additional information:
Lot 1 - supplier Estimated 4 year total Lot value: £42m multi supplier Lot - mini competition required with seven approved suppliers.
Supplier Information 5
Supplier's name:
Chubb Systems Ltd (Lot 1)
Supplier's address:
Shadsworth Road, Blackburn, BB1 2PR systemsquotes@chubb.co.uk
Contact person:
Wendy Clarke
DUNS number of supplier:
212025886
Additional information:
Lot 1 - supplier Estimated 4 year total Lot value: £42m multi supplier Lot - mini competition required with seven approved suppliers.
Supplier Information 6
Supplier's name:
Eurovia Infrastucture Ltd (Lot 1 and Lot 2)
Supplier's address:
The Paragon Centre, 32 Crown Road, Enfield, London, EN1 1TH john.hatton@eurovia.co.uk
Contact person:
John Hatton
DUNS number of supplier:
216918519
Additional information:
Lot 1 - supplier Estimated 4 year total Lot value: £42m multi supplier Lot - mini competition required with seven approved suppliers. Lot 2 - supplier Estimated 4 year total Lot value: £20m multi supplier Lot - mini competition required with two approved suppliers.
Supplier Information 7
Supplier's name:
Reliance High-Tech Ltd (Lot 1)
Supplier's address:
100 Berkshire Place, Wharfedale Road, Berkshire, RG41 5RD info@rht.co.uk
Contact person:
Nicola Verrier
DUNS number of supplier:
297619645
Additional information:
Lot 1 - supplier Estimated 4 year total Lot value: £42m multi supplier Lot - mini competition required with seven approved suppliers.

AnnexD

Lot Details: 

The requirement is divided into the following three Lots: 

Lot 1: Building Technology Systems and Services Scope
(Managed by MPS Digital Policing) 
Please read the below carefully if responding to Lot 1.
This initial stage of the tender exercise is to be carried out with all interested suppliers. Those successful will then be invited to tender for a place on the new Electronic Security and Control Room Systems Framework Agreement. This information is specific to Lot 1: Building Technology Systems and Services. It is intended that Lot 1 will consist of six to eight suppliers to undertake the supply, installation, support and maintenance of all systems in scope.
Any project that includes Building Technology Systems or services will be able to use the Lot 1 agreement to procure against specific project requirements.The scope of any contract or project tendered through the Framework under Lot 1 may include, but not limited to, the design, supply, installation, decommission, support and maintenance of the following types of systems:

•	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) Systems (off the shelf);

•	Digital Signage (off the shelf);

•	New and Replacement Video Conferencing Systems (off the shelf).



Lot 2: CCTV Image Presentation and Control Room Systems
(Managed by MPS Covert Intelligence - MO2) 

Please read the below carefully if responding to Lot 2.
This initial stage of the tender exercise is to be carried out with all interested suppliers. Those successful will then be invited to tender for a place on the new Electronic Security and Control Room Systems Framework Agreement. This information is specific to Lot 2: CCTV Image Presentation and Control Room Systems. It is intended that Lot 2 will consist of up to three suppliers to undertake the supply, installation, support and maintenance of all systems in scope.
Any project that includes Image Presentation and Control Room Systems or services will be able to use the Lot 2 agreement to procure against specific project requirements. The scope of any contract or project tendered through the Framework under Lot 2 may include, but not be limited to the design, supply, installation, decommission, support and maintenance of the following 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 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 (ANPR) and Operational Camera Systems,  Supply, Installation and Support. 


Following a project’s completion, which includes the end of the first year warranty and maintenance, the systems will be maintained by existing contracts managed by DP.  Other maintenance arrangements may exist for some specialised equipment and equipment at certain sensitive locations. 



Lot 3: Digital Video Recording Systems, Video Walls and Ancillary Services.
(Managed by MPS Covert Intelligence - MO2) 
Please read the below carefully if responding to Lot 3.
This initial stage of the tender exercise is to be carried out with all interested suppliers. Those successful will then be invited to tender for a place on the new Electronic Security and Control Room Systems Framework Agreement. This information is specific to Lot 3: Digital Video Recording Systems, Video Walls and Ancillary Services. It is intended that Lot 3 will be a single supplier agreement to undertake the supply, installation, support and maintenance of all systems in scope (due to compatibility and connectivity). 
Any MPS project that includes Digital Video Recording systems, Video Wall or Services will be able to use the Lot 3 agreement to procure against specific project requirements. The scope of any contract or project tendered through the Framework under Lot 3 may include, but not be limited to the design, supply, installation, decommission, support and maintenance of the following systems:

•	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 (AV) Furniture; 	
•	Digital Signage (specialist).