Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Bournemouth Christchurch and Poole Council
Bournemouth Christchurch and Poole Council, Civic Centre
Bournemouth
BH2 6DY
UK
Contact person: Strategic Procurement
Telephone: +44 1202128989
E-mail: procurement@bcpcouncil.gov.uk
NUTS: UKK24
Internet address(es)
Main address: https://www.bcpcouncil.gov.uk
Address of the buyer profile: https://www.supplyingthesouthwest.org.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.supplyingthesouthwest.org.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.supplyingthesouthwest.org.uk
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
CCTV Video Management System
Reference number: DN700606
II.1.2) Main CPV code
32235000
II.1.3) Type of contract
Supplies
II.1.4) Short description
BCP Council is looking for a provider to supply a CCTV Video Management System to link into its 700 public space surveillance cameras. It is anticipated that the instillation will take place between April and June 2024. The contract is also includes a five year maintenance support contract.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKK24
II.2.4) Description of the procurement
BCP Council is looking for a provider to supply a CCTV Video Management System to link into its 700 public space surveillance cameras. It is anticipated that the instillation will take place between April and June 2024. The contract is also includes a five year maintenance support contract.
The Council may wish to expand its services to include additional video camera monitoring and Alarm receiving from other local authority properties within the conurbation. The project requires the system to be upgraded to accommodate as a minimum a 64bit Operating System and will include as a minimum:
• Alarm Receiving via CSL Dualcom
• Fault Logging and Maintenance Planning
• Georeferenced Mapping & Building Plans
• BCP evidence continuity and GDPR requirements
• Incident Management
• Evidence management
• Visitor Management
• Management Reporting and KPI’s
• Mobile device incident and evidence management
• Remote Access
• FAT & SAT
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
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:
No
II.2.11) Information about options
Options:
Yes
Description of options:
This contract is for the supply of goods as well as a 5 year maintenance contract.
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.1.2) 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 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:
04/03/2024
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
05/02/2024
Local time: 14:00
Information about authorised persons and opening procedure:
All tenders are electronically sealed within the system and released after the deadline by the Council’s authorised officer(s).
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Bidders should seek independent legal and commercial advice in relation to the potential
value of the opportunity and the scheme as a whole.
The Council is carrying out this procurement under the Open Procedure pursuant to the
Public Contracts Regulations 2015 (as amended).
In accordance with Regulation 50 (Contract award notices); Regulation 86 (Notices of
decisions to award a contract or conclude a framework agreement); Regulation 87
(Standstill period) and Regulations 91 to 102 of the Public Contracts Regulations 2015 (as
amended). Following any decision to award the contract the Council will be providing
debriefing information to unsuccessful bidders (in accordance with Regulation 86) and
observe a minimum 10 day standstill period (in accordance with Regulation 87) before the
contract is entered into.
The Council reserves the right not to award the opportunity or to award only part (or a
different arrangement) of the opportunity described in this contract notice.
The services will predominantly be performed within the boundaries of BCP Council for the
Council.
VI.4) Procedures for review
VI.4.1) Review body
The Royal Courts of Justice, Strand
London
WCA 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
In accordance with Regulation 86 (notices of decisions to award a contract), Regulation 87 (standstill period) and Regulations 91 (enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).
VI.4.4) Service from which information about the review procedure may be obtained
Bournemouth Christchurch and Poole Council
Bournemouth
BH2 6DY
UK
Telephone: +44 1202128989
E-mail: procurement@bcpcouncil.gov.uk
VI.5) Date of dispatch of this notice
01/02/2024