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

CCTV Video Management System

  • First published: 02 February 2024
  • Last modified: 02 February 2024

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)

Contents

Summary

OCID:
ocds-h6vhtk-043648
Published by:
Bournemouth Christchurch and Poole Council
Authority ID:
AA75581
Publication date:
02 February 2024
Deadline date:
04 March 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

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

Coding

Commodity categories

ID Title Parent category
32235000 Closed-circuit surveillance system Radio transmission apparatus with reception apparatus

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:
procurement@bcpcouncil.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.