Date of dispatch of this notice: 25/01/2019
External Reference: 62e15901-e700-487c-9c1e-d8cc364f1ba4
Date of dispatch of this notice: 25/01/2019
External Reference: 62e15901-e700-487c-9c1e-d8cc364f1ba4
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
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
Additional data
User / Company
Awarded Date: 20/08/2018
Awarded Value:
78,000,000.00
Contract start date: 03/11/2018
Contract end date: 02/11/2022
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).