Contract notice

Information

Published

Date of dispatch of this notice: 21/09/2017

Expire date: 30/10/2017

External Reference: 2017-253290

TED Reference: 2017/S 183-375115

Contract notice

[NoticeContract]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

Metropolitan Police Service
n/a
Empress State Building, Lillie Road, Earls Court
Greater London
SW6 1TR
UK
[Contactpoint]: Lee Kitchen
[AddressPhone]: +44 2071611578
[Nutscode]:  UK -  UNITED KINGDOM
[Internets]:
I.2)

[JointProcurement]

[JointProcurementCentral]
I.3)

[InfoTendering]

[AddressObtainDocs]:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=18938&B=BLUELIGHT
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.4)

[CaType]

[MaintypePublicbody]
I.5)

[Mainactivity]

[MainactivGeneral]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

National Police & Emergency Services Framework Agreement for Electronic Security, Control Room Systems and Audio-Visual Systems
[Fileref]:  SS3/16/145
II.1.2)

[CpvMain]

73421000  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

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.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 78000000.00  GBP
II.1.6)

[LotsInfo]

[DivisionLots]: [Yes]
[LotsSubmittedFor]  [LotsAll]
[LotsCombinationPossible]:  
Tenders may be submitted for all Lots or any combination.
The MPS/contracting authority reserves the right to award any combination of Lots.
II.2)

[Description]

II.2.1)

[TitleContract]

Lot 1 - Building Technology Systems and Services
[LotNumber]:  1
II.2.2)

[CpvAdditional]

32000000  - 
32235000  - 
32333000  - 
32421000  - 
33195100  - 
35000000  - 
35120000  - 
35121000  - 
35121700  - 
35125000  - 
35125300  - 
38651600  - 
42961100  - 
48952000  - 
50000000  - 
50610000  - 
51000000  - 
75241000  - 
79710000  - 
79714000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  UK -  UNITED KINGDOM
[MainsiteplaceWorksDelivery]:  
United Kingdom
II.2.4)

[DescrProcurement]

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)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 42000000.00  GBP
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 48
[RenewalsSubject]: [Yes]
[RenewalsDescr]:  
The Framework Agreement is an ongoing requirement and therefore may require renewal (applicable to all three Lots).
II.2.9)

[LimitOperators]

[EnvisagedNumber]: 15
[CriteriaChoosingLimited]:
The aim is to award up to eight suppliers a place under Lot 1.
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2.14)

[InfoAdditional]

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)

[TitleContract]

Lot 2 - CCTV Image Presentation and Control Systems
[LotNumber]:  2
II.2.2)

[CpvAdditional]

32000000  - 
32235000  - 
32333000  - 
32421000  - 
33195100  - 
35000000  - 
35120000  - 
35121000  - 
35121700  - 
35125000  - 
35125300  - 
38651600  - 
42961100  - 
48952000  - 
50000000  - 
50610000  - 
51000000  - 
75241000  - 
79710000  - 
79714000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  UK -  UNITED KINGDOM
[MainsiteplaceWorksDelivery]:  
United Kingdom
II.2.4)

[DescrProcurement]

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)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 20000000.00  GBP
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 48
[RenewalsSubject]: [Yes]
[RenewalsDescr]:  
The Framework Agreement is an ongoing requirement and therefore may require renewal (applicable to all three Lots).
II.2.9)

[LimitOperators]

[EnvisagedNumber]: 8
[CriteriaChoosingLimited]:
The aim is to award up to eight suppliers a place under Lot 2.
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2)

[Description]

II.2.1)

[TitleContract]

Lot 3 - Digital Video Recording Systems, Video Walls and Ancillary Services
[LotNumber]:  3
II.2.2)

[CpvAdditional]

32000000  - 
32235000  - 
32333000  - 
32421000  - 
33195100  - 
35000000  - 
35120000  - 
35121000  - 
35121700  - 
35125000  - 
35125300  - 
38651600  - 
42961100  - 
48952000  - 
50000000  - 
50610000  - 
51000000  - 
75241000  - 
79710000  - 
79714000  - 
II.2.3)

[PlacePerformance]

[Nutscode]:  UK -  UNITED KINGDOM
[MainsiteplaceWorksDelivery]:  
United Kingdom
II.2.4)

[DescrProcurement]

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)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 16000000.00  GBP
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 48
[RenewalsSubject]: [Yes]
[RenewalsDescr]:  
The Framework Agreement is an ongoing requirement and therefore may require renewal (applicable to all three Lots).
II.2.9)

[LimitOperators]

[EnvisagedNumber]: 5
[CriteriaChoosingLimited]:
The aim is to award to a single supplier a place under Lot 3 (due to connectivity and compatibility of a single system required.
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.1)

[SituationPersonalIncl]

[InfoEvaluatingRequir]:  Information and formalities for evaluating if requirements are met. Specification requirements and information will be provided in the Standard Selection Questionnaire (SSQ) and subsequently the Invitation to Tender (ITT). For full details, please register on the Metropolitan Police Service e-tendering portal: EU Supply: (eu-supply.com) to access all tender documentation: (Ref: 26620).
III.1.2)

[EconomicFinancialStanding]

[CriteriaSelectionDocs]
III.1.3)

[TechnicalCapacity]

[CriteriaSelectionDocs]
III.2)

[ConditionsContract]

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeRestricted]
IV.1.3)

[FrameworkContractDpsInfo]

[NoticeInvolvesFramework]
[FrameworkSeveral]
[FrameworkParticipEnvis]:  12
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.1)

[PubPrevious]

[NumberOj]: 2017/S 111-223290
IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  02.10.2017
[Time]:  14:00
IV.2.3)

[DateDispatchTenderParticipate]

[Date]: 07.12.2017
IV.2.4)

[LanguagesAllowed]

Engelsk
IV.2.6)

[MinTimeMaintain]

[DateTenderValid]:  01.11.2018

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [Yes]
[FurtherNoticesTiming]:  
Circa 2020
VI.2)

[InfoEworkflow]

[EorderingUsed]
[EinvoicingUsed]
[EpaymentUsed]
VI.4)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

Metropolitan Police Service
11th Floor, Empress State Building, Lillie Road, Earls Court
London
SW6 1TR
UK
[AddressPhone]: +44 2071611578