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