Contract notice
Section I: Contracting
authority
I.1) Name and addresses
FORESTRY COMMISSION
620 Bristol Business Park,Coldharbour Lane
BRISTOL
BS161EJ
UK
Contact person: Geoffrey McCatty
Telephone: +44 3000674419
E-mail: geoffrey.mccatty@forestryengland.uk
NUTS: UKK12
Internet address(es)
Main address: https://www.forestresearch.gov.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.dropbox.com/sh/jvrkqbwclgk7iam/AAArwl7Srhjg7JJz4hE5ae68a?dl=0
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.dropbox.com/request/187u3vXOfqNqq7qIIsPL
I.4) Type of the contracting authority
National or federal agency/office
I.5) Main activity
Environment
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
CCTV at Alice Holt and Northern Research Stations
Reference number: CR2022/23/057
II.1.2) Main CPV code
32231000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Forest Research is seeking to appoint a contractor to supply and install new CCTV systems at Alice Holt Research Station in Farnham (England) and at Northern Research Station in Roslin (Scotland)
II.1.5) Estimated total value
Value excluding VAT:
350 000.00
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:
UKJ
UKM
II.2.4) Description of the procurement
Supply, installation, testing and commissioning of complete CCTV systems, including all associated systems, structures and civil works at two sites, one in Southern England and the other in Eastern Scotland, as detailed in the Technical Specification included in the ITT documents.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
20/02/2023
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:
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
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:
A tender will not be considered if there is evidence of the tenderer having convictions relating to specific criminal offences including, but not limited to, bribery, corruption, conspiracy, terrorism, fraud and money laundering, or if the tenderer has been the subject of a binding legal decision which found a breach of legal obligations to pay tax or social security obligations (except where this is disproportionate e.g. only minor amounts involved).
The grounds for mandatory exclusion pursuant to Regulations 57(1) and (2) of The Public Contracts Regulations 2015 are detailed on this webpage https://www.gov.uk/government/uploads/system/uploads/attachment_data/file/551130/List_of_Mandatory_and_Discretionary_Exclusions.pdf.
Tenders will not be considered if within the past five years the tendering organisation or any other person who has powers of representation, decision or control in the tendering organisation have been convicted anywhere in the world of any of the offences listed on that webpage.
III.1.2) Economic and financial standing
Minimum level(s) of standards required:
A tender will not be considered from tendering organisations with an annual turnover less than £700k
III.1.3) Technical and professional ability
Minimum level(s) of standards required:
Supplier's tendering for this contract are required to have the capability to provide post-installation urgent call-out, breakdown and planned repair and maintenance services to both locations (Farnham in England and Edinburgh in Scotland).
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:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
06/02/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
06/02/2023
Local time: 12:01
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
High Court
London
WC2A 2LL
UK
Internet address(es)
URL: https://www.gov.uk/courts-tribunals
VI.5) Date of dispatch of this notice
06/01/2023