Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  London Borough of Croydon
  8 Mint Walk
  Croydon
  CR0 1EA
  UK
  
            Contact person: Margaret Archibong
  
            E-mail: margaret.archibong@croydon.gov.uk
  
            NUTS: UKI62
  Internet address(es)
  
              Main address: www.croydon.gov.uk
  
              Address of the buyer profile: https://training.in-tend.co.uk/croydontenders/supplier/aspx/Home
 
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/croydontenders/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/croydontenders/
Tenders or requests to participate must be sent to the abovementioned address
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 Upgrade
            Reference number: LBC/TN/96
  II.1.2) Main CPV code
  50610000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  Croydon Council wishes to appoint a Contractor to design, supply, install and commission equipment to replace and/or upgrade the existing CCTV control room, public space cameras and transmission equipment and to provide CCTV maintenance services. The contract is due to commence on 1st July 2024 for a maximum duration of 5 years (5 years with a break period after 3 years). The total maximum contract value is estimated to be £2,550,000 (excluding VAT).
  II.1.5) Estimated total value
  Value excluding VAT: 
			2 550 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    50610000
    50800000
    32235000
    32234000
    50343000
    35125000
    92222000
    51611100
    II.2.3) Place of performance
    NUTS code:
    UKI62
Main site or place of performance:
    
    II.2.4) Description of the procurement
    Croydon Council wishes to appoint a Contractor to design, supply, install and commission equipment to replace and/or upgrade the existing CCTV control room, public space cameras and transmission equipment and to provide CCTV maintenance services. The contract is due to commence on 1st July 2024 for a maximum duration of 5 years (5 years with a break period after 3 years). The total maximum contract value is estimated to be £2,550,000 (excluding VAT). (DETAILS FROM ADDITIONAL INFORMATION SECTION) The Council is using the Croydon Tenders portal to conduct this exercise, which can be accessed using this link https://in-tendhost.co.uk/croydontenders/ The use of this system allows a full audit trail of communication with providers to ensure fair treatment as well as to maintain full confidentiality. If you require assistance in using the Croydon Tenders portal please contact their Support Helpdesk by email support@in-tend.co.uk for all support issues. This will auto-log a support ticket. On logging a ticket, if you have not already logged one before, you will be issued with a registration email that will give you instructions to allow you to log in, log, review and update your own tickets. In emergency situations you can contact their Support Service Desk on 0845 557 8079 / +44 (0) 114 407 0065. Please note the Support Service Desk will not be able to answer any market test specific enquiries.
    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: 
			2 550 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 60
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    The contract may be extended for up to subject to agreement by the London Borough of Croydon and thesuccessful bidder
    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:
            
              No
            
    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
    
   
 
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:
  As set out in tender documents
  III.1.2) Economic and financial standing
  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:
              08/04/2024
  
                Local time: 12:00
  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
  
                Duration in months: 12 (from the date stated for receipt of tender)
              
  IV.2.7) Conditions for opening of tenders
  
              Date:
              08/04/2024
  
              Local time: 12:00
  Place:
  https://in-tendhost.co.uk/croydontenders/
 
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 of England and Wales
    Royal Courts of Justice, The Strand
    London
    WC1A 2LL
    UK
    Internet address(es)
    
              URL: http://www.croydon.gov.uk/
   
  VI.4.2) Body responsible for mediation procedures
  
    High Court of England and Wales
    Royal Courts of Justice, The Strand
    London
    WC1A 2LL
    UK
    Internet address(es)
    
              URL: http://www.croydon.gov.uk/
   
  VI.4.3) Review procedure
  Precise information on deadline(s) for review procedures:
  Review procedures are as set out in the Public Contract Regulations 2015 and are time limited. Any proceedings must be brought in the High Court of England and Wales. The Council will observe a standstill period following the award of the contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015
  VI.4.4) Service from which information about the review procedure may be obtained
  
    Cabinet Office
    70 Whitehall
    London
    SW1A 2AS
    UK
    Internet address(es)
    
              URL: http://www.croydon.gov.uk/
   
 
VI.5) Date of dispatch of this notice
27/02/2024