Contract notice

Information

Published

Expire date: 05/05/2023

External Reference: 2023-546851

FTS Reference: 2023-008706

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: Keith Robertson
Telephone: +44 79260000
NUTS code:  UKI -  LONDON
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=66679&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

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of CCTV Services
Reference number:  EU Supply Ref 72687
II.1.2)

Main CPV code

92222000  -  Closed circuit television services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The London Borough of Lambeth is tendering for renewal of its CCTV Services in two separate Lots. Lot 1 is for the Maintenance and Repair of the Council's CCTV portfolio, including planned maintenance programme, emergency call-out service and associated repair and replacement of CCTV equipment, including control room. Lot 2 is for the CCTV Monitoring service which covers incident management and the monitoring of all CCTV cameras 24/7 all year round.
II.1.5)

Estimated total value

Value excluding VAT: 5523000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Maintenance & Repair Service
Lot No:  1
II.2.2)

Additional CPV code(s)

92222000  -  Closed circuit television services
II.2.3)

Place of performance

NUTS code:  UKI -  LONDON
Main site or place of performance:  
SW2 1RW
II.2.4)

Description of the procurement

The London Borough of Lambeth is tendering for renewal of its CCTV Services in two separate Lots. Lot 1 is for the Maintenance and Repair of the Council's CCTV portfolio, including planned maintenance programme, emergency call-out service and associated repair and replacement of CCTV equipment, including control room. Lot 2 is for the CCTV Monitoring service which covers incident management and the monitoring of all CCTV cameras 24/7 all year round.
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: 1659000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
This contract is subject to renewal: yes
Description of renewals:  
The initial contract is 5 years, plus an option to extend for a further period of up to 2 years in total. The contract will be renewed after the initial or extended period, should the latter be taken up.
II.2.10)

Information about variants

Variants will be accepted: yes
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

Monitoring Service
Lot No:  2
II.2.2)

Additional CPV code(s)

92222000  -  Closed circuit television services
II.2.3)

Place of performance

NUTS code:  UKI -  LONDON
Main site or place of performance:  
SW2 1RW
II.2.4)

Description of the procurement

The London Borough of Lambeth is tendering for renewal of its CCTV Services in two separate Lots. Lot 1 is for the Maintenance and Repair of the Council's CCTV portfolio, including planned maintenance programme, emergency call-out service and associated repair and replacement of CCTV equipment, including control room. Lot 2 is for the CCTV Monitoring service which covers incident management and the monitoring of all CCTV cameras 24/7 all year round. There are over 600 cameras to be monitored and this may double during the initial contract period.
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: 3570000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
This contract is subject to renewal: yes
Description of renewals:  
The initial contract is for 5 years, plus an option to extend for a further period of up to 2 years in total. The contract will be renewed after the initial or extended period, should the latter be taken up.
II.2.10)

Information about variants

Variants will be accepted: yes
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:  Required enrolment and qualifications are stated in the procurement documents.
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

III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing 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 : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  26/04/2023
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

Tender must be valid until:  26/10/2023
IV.2.7)

Conditions for opening of tenders

Date:  26/04/2023
Local time:  12:00
Place:  
Electronic tendering system will be locked until deadline and will be unlocked remotely by a minimum of two duly authorised Council officers.
Information about authorised persons and opening procedure:  
Electronic tendering system will be locked until deadline and will be unlocked by a minimum of two duly authorised Council officers.

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
2030
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

High Court
The Strand
London
WC2A 2LL
UK
Telephone: +44 2079476000

VI.4.2)

Body responsible for mediation procedures

CEDR
70 Fleet Street
London
EC4Y 1EU
UK
Telephone: +44 2075366000

VI.4.4)

Service from which information about the review procedure may be obtained

High Court
70 Fleet Street
London
EC4Y 1EU
UK
Telephone: +44 2075366000