Contract award notice

Information

Published

Date of dispatch of this notice: 23/01/2019

External Reference: 2019-551234

TED Reference: 2019/S 018-039020

Contract award notice

Contract award notice

Results of the procurement procedure

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
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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 and 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.1.6)

Information about lots

This contract is divided into lots: yes
II.1.7)

Total value of the procurement

Value excluding VAT:  78000000.00  GBP
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

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

Criteria below
Quality criterion  -  Name:  Technical  /  Weighting:  60%
Price  -  Weighting:  40%
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

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

Criteria below
Quality criterion  -  Name:  Technical  /  Weighting:  60%
Price  -  Weighting:  40%
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

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

Criteria below
Quality criterion  -  Name:  Technical  /  Weighting:  60%
Price  -  Weighting:  40%
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 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
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 183-375115

Section V: Award of contract

Contract No: SS316145

Lot No: 1

Title: Lot 1 - Building Technology Systems and Services

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

03/11/2018
V.2.2)

Information about tenders

Number of tenders received:  8
Number of tenders received from SMEs:  5
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  8
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

Crown Security Systems
1665091
Unit 3, College Fields, Prince Georges Road,
London
SW19 2PT
UK
Telephone: +44 02086463986

The contractor is an SME : yes
Cinos Ltd
6414023
Unit 13, Camberley,
Surrey
GU15 3DP
UK
Telephone: +44 02071274543

The contractor is an SME : yes
Chroma Vision Ltd
4215917
Acorn House, Five Oak Green,
Kent
TN12 6RH
UK
Telephone: +44 01892832112

The contractor is an SME : yes
Chubb Systems Ltd
715168
Shadsworth Road,
Balckburn
BB1 2PR
UK
Telephone: +44 01254688583

The contractor is an SME : yes
Reliance High-Tech Ltd
2025063
100 Berkshire Place, Wharfedale Road,
Berkshire
RG41 5RD
UK
Telephone: +44 08451210802

The contractor is an SME : yes
Eurovia Infrastucture Ltd
7388667
The Paragon Centre, 32 Crown Road, Enfield,
London
EN1 1TH
UK
Telephone: +44 01403215815

The contractor is an SME : no
OpenView Security Solutions (UK) Ltd
3376202
OpenView House, Chesham Close, Romford,
Essex
RM7 7PJ
UK
Telephone: +44 08450719110

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:  78000000.00  GBP
Total value of the contract/lot:  78000000.00  GBP
V.2.5)

Information about subcontracting

The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion:  75 %
Short description of the part of the contract to be subcontracted:  
Lot 1
Cinos Ltd
Sub-contracting to BGE Digital Ltd
(75%) of Lot 1
Security Systems Installer
Security technologies, including building security systems
CCTV access control, intercom, alarms, custody suite, recorded interview systems

Section V: Award of contract

Contract No: SS316145

Lot No: 2

Title: Lot 2 - CCTV Image Presentation and Control Systems

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

03/11/2018
V.2.2)

Information about tenders

Number of tenders received:  2
Number of tenders received from SMEs:  0
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  2
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

Tyco Fire and Integrated Solutions (UK) Ltd
1952517
Bridge House, Saxon Way, Bar Hill,
Cambridge
CB23 8TY
UK
Telephone: +44 01954784000

The contractor is an SME : no
Eurovia Infrastucture Ltd
7388667
The Paragon Centre, 32 Crown Road, Enfield,
London
EN1 1TH
UK
Telephone: +44 01403215815

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:  20000000.00  GBP
Total value of the contract/lot:  20000000.00  GBP

Section V: Award of contract

Contract No: SS316145

Lot No: 3

Title: Lot 3 - Digital Video Recording Systems, Video Walls and Ancillary Services

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

03/11/2018
V.2.2)

Information about tenders

Number of tenders received:  1
Number of tenders received from SMEs:  1
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  1
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Cinos Ltd
6414023
Unit 13, Camberley,
Surrey
GU15 3DP
UK
Telephone: +44 02071274543

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:  16000000.00  GBP
Total value of the contract/lot:  16000000.00  GBP
V.2.5)

Information about subcontracting

The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion:  2 %
Short description of the part of the contract to be subcontracted:  
Lot 3
Cinos Ltd
Sub-contracting to Airwave Solutions Ltd
(2%) of Lot 3
Manufacturer support for radio control system at MPS site 7

Section VI: Complementary information

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