II.2.3) Place of performance
NUTS code:
UKH23
Main site or place of performance:
Bishop's Stortford, Hertford and Ware in Hertfordshire, UK.
II.2.4) Description of the procurement
CCTV surveillance in the public realm in the towns of Hertford, Ware and Bishop’s Stortford is currently provided by the Hertfordshire CCTV partnership (‘the Partnership’). The service is purchased by the three Town Councils through East Herts District Council (EHDC) (which is a member of the Partnership). East Herts recharges the costs to Ware Town Council (WTC), Hertford Town Council (HTC) and Bishop’s Stortford Town Council (BSTC) and the Town Councils also currently bear some costs directly. Monitoring and recording takes place at a monitoring centre in Stevenage, to which the cameras are connected through a communications network leased by the Partnership. The Partnership is also responsible for equipment upgrade and maintenance, both in the field and at the monitoring centre. Many of the cameras in the field have reached end of life, being rather old analogue PTZ cameras and a field ‘technology refresh’ is essential within the next 12-24 months or less.
HTC, WTC and BSTC (‘The Town Councils’) are in the process of reviewing the arrangements for the next 3-5 years and are acting jointly to invite tenders for CCTV installation, maintenance and monitoring services to provide CCTV surveillance in the three towns. Responses are required no later than 28 August 2020 at 5 p.m. BST and it is envisaged that the new arrangements will commence either 1 January 2021 or 1 April 2021.
The successful bidder will be expected to provide the following services:
1) Replacement (on a progressive or one-off basis) of all outdated (mostly analogue) cameras with IP cameras (minimum 1080p resolution, higher preferred) in accordance with the schedule attached.
2) Provision and maintenance of a communications network by which the footage from the cameras is routed to the monitoring and recording centre. Optionally the bidder may make use of space in town centre offices owned by each of the three councils as local equipment locations, eg to site remote storage hubs so that only the footage of a lower resolution needs to be backhauled to the monitoring centre.
3) Secure recording of all footage retained for a minimum of 30 days.
4) Provision of footage to the Police, Town Council, other organisations designated by the Town Council or members of the public subject to an appropriate protocol/process being in place. That protocol/process must adhere to GDPR requirements and respect GDPR constraints.
5) Provision to the Police of instant access to live footage from internet-connected devices (or devices connected via some private network available or provided within the area – eg wireless).
6) The undertaking of 24*7*365 real time monitoring of all cameras and the provision of proactive alerts to the Police where incidents or potential incidents are observed.
7) The undertaking of ongoing maintenance (including appropriate preventative maintenance) of all field and central infrastructure.
8) The provision to clients of monthly reporting of network and camera status and the provision of agreed statistics.
9) Management reviews each quarter (or other frequency to be agreed) with the Town Councils at which the contractor will present a summary of performance statistics, matters of concern or interest, a brief review of relevant technology and industry trends and recommendations or proposals for service or infrastructure evolution both tactically and strategically.
10) A service level specification in relation to the above services setting out minimum uptime for the service, maximum lead time for new installations, response time to data requests and other key service metrics.
11) Additional services including; Installation and commissioning of additional cameras including mobile cameras, decommissioning and removal of cameras and other activities required to keep the infrastructure in a functional state.
The preference is to award a contract which covers all of the above. However further information can be found in tender documents.
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:
265 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/01/2021
End:
31/12/2023
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
The preference is to award a contract which covers all of the above. However bids will also be considered which cover either of the following:
Items 1 and 11, and item 2 with the communications network extending from the cameras to the Town Centre offices only.
Items 3-10 and item 2 with the communications network extending from the Town Centre offices to the monitoring station only.
Any vendor offering one of these options must specify the nature of the interface at the Town Centre Offices and outline how they would work with the complementary service provider to ensure a seamless overall activity.
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
Further information can be found in tender documents.