Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Bishop's Stortford, Hertford and Ware CCTV

  • First published: 03 August 2020
  • Last modified: 03 August 2020
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
Bishop's Stortford Town Council
Authority ID:
AA79697
Publication date:
03 August 2020
Deadline date:
31 August 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Bishop's Stortford Town Council

The Old Monastery, Windhill

Bishop's Stortford

CM23 2ND

UK

Contact person: James Parker

E-mail: james.parker@bishopsstortfordtc.gov.uk

NUTS: UKH23

Internet address(es)

Main address: https://www.bishopsstortfordtc.gov.uk/

I.1) Name and addresses

Hertford Town Council

The Castle

Hertford

SG14 1HR

UK

Contact person: Joseph Whelan

E-mail: joseph.whelan@hertford.gov.uk

NUTS: UKH23

Internet address(es)

Main address: https://www.hertford.gov.uk/

I.1) Name and addresses

Ware Town Council

The Priory, High Street

Ware

SG12 9AL

UK

Contact person: Terry Philpott

E-mail: townclerk@waretowncouncil.gov.uk

NUTS: UKH23

Internet address(es)

Main address: https://waretowncouncil.gov.uk/

I.2) Joint procurement

The contract involves joint procurement

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.bishopsstortfordtc.gov.uk/tenders


Additional information can be obtained from another address:

Bishop's Stortford Town Council

The Old Monastery, Windhill

Bishop's Stortford

CM23 2ND

UK

Contact person: David Hargrave

E-mail: tenders@bishopsstortfordtc.gov.uk

NUTS: UKH23

Internet address(es)

Main address: https://www.bishopsstortfordtc.gov.uk/tenders

Tenders or requests to participate must be sent electronically to:

https://www.bishopsstortfordtc.gov.uk/tenders


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

Bishop's Stortford, Hertford and Ware CCTV

II.1.2) Main CPV code

35125300

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

CCTV surveillance in the public realm in the towns of Hertford, Ware and Bishop’s Stortford is currently provided by Hertfordshire CCTV partnership. The service is purchased by the Town Councils through East Herts District Council. EHDC recharges the costs to WTC, HTC and BSTC who also currently bear some costs directly. Monitoring and recording takes place at a monitoring centre in Stevenage, to which the cameras connect through a communications network leased by the partnership. The Partnership is also responsible for equipment upgrade/maintenance, in the field and at the monitoring centre. Many of the cameras in the field have reached end of life, being old analogue PTZ cameras and a field ‘technology refresh’ is essential within the next 12-24 months or less.

The Town Councils are 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.

II.1.5) Estimated total value

Value excluding VAT: 265 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

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.

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:

Bidders shall be approved by the National Approval Council for Security Systems (NACOSS) and shall have Gold accreditation from the National Security Inspectorate (NSI) for CCTV system, and be ISO 9001:2000 accredited, or equivalent qualifications (which must accompany the bid).

The security installation shall comply with all relevant statutory regulations and supporting codes of practice at the time of installation and all documentation required to evidence this shall be provided to the Town Councils.

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive dialogue

IV.1.8) Information about 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: 31/08/2020

Local time: 23:59

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 01/04/2021

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

London

UK

VI.5) Date of dispatch of this notice

29/07/2020

Coding

Commodity categories

ID Title Parent category
35125300 Security cameras Surveillance system

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
james.parker@bishopsstortfordtc.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.