Contract notice

Information

Published

Expire date: 22/11/2021

External Reference: 2021-581225

FTS Reference: 2021-024452

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

London Borough of Lambeth
n/a
Town Hall, Brixton Hill
London
SW2 1RW
UK
Contact person: Deborah Opoku-Baah
Telephone: +44 07547974887
NUTS code:  UKI45 -  Lambeth
Internet address(es):
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=39845&B=LBLAMBETH
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

Regional or local authority
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

CCTV Infrastructure Programme
II.1.2)

Main CPV code

45453000  -  Overhaul and refurbishment work
II.1.3)

Type of contract

Works
II.1.4)

Short description

This Procurement will establish a single Supplier Contract for the purchase of complete infrastructure renewal, replacing the existing analogue systems and moving analogue to digital, fit out of and upgrade of a new control room, upgrade/refresh programme installing new technology and operating systems and 500 plus camera replacement, enhancement, and relocation. The Goods and Works are described in detail within Appendix B, Statement of Requirements (Specification).
II.1.5)

Estimated total value

Value excluding VAT: 3000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

32234000  -  Closed-circuit television cameras
45453000  -  Overhaul and refurbishment work
45453100  -  Refurbishment work
II.2.3)

Place of performance

NUTS code:  UKI45 -  Lambeth
II.2.4)

Description of the procurement

This Procurement will establish a single Supplier Contract for the purchase of complete infrastructure renewal, replacing the existing analogue systems and moving analogue to digital, fit out of and upgrade of a new control room, upgrade/refresh programme installing new technology and operating systems and 500 plus camera replacement, enhancement, and relocation. The Goods and Works are described in detail within Appendix B, Statement of Requirements (Specification).
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: 3000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24
This contract is subject to renewal: no
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:  As set out in SSQ
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

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  02/11/2021
Local time:  12:00
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

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  02/11/2021
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Justice England and Wales
London
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

Cabinet Office
London
SW1 2AS
UK

VI.4.4)

Service from which information about the review procedure may be obtained

London Borough of Lambeth
London
SW2 1RW
UK