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

National Police and Emergency Services Framework Agreement for Electronic Security, Control Room Sys

  • First published: 23 September 2017
  • Last modified: 23 September 2017

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:
Published by:
Metropolitan Police
Authority ID:
AA21854
Publication date:
23 September 2017
Deadline date:
02 October 2017
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Lot 1. The scope of any contract or project tendered through the Framework under Lot 1 will include but is not limited to the design, supply, installation, decommission, maintenance and support of the following types of systems: a) Analogue, Digital and Internet Protocol (IP) Building Security Systems; Closed Circuit Television (CCTV) Systems both for Security and Evidential Purposes; Access Control Systems, including Ironmongery; Intercom Systems; Intruder and Perimeter Alarm Systems; Custody Suite Systems; Recorded Interview Systems; General Audio and Video Systems; Presentation and Training Systems; Public Address Systems; Bespoke Supply and Maintenance of non-specialist off the shelf Audio and Video Systems; Internet Protocol Television (IPTV) (off the shelf) Systems; Digital Signage (off the shelf); New and Replacement Video Conferencing (off the shelf) Systems.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Metropolitan Police Service

n/a

Empress State Building, Lillie Road, Earls Court, Greater London

London

SW6 1TR

UK

Contact person: Lee Kitchen

Telephone: +44 2071611578

E-mail: lee.kitchen@met.police.uk

NUTS: UK

Internet address(es)

Main address: https://content.met.pnn.police.uk/Home

Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/40396

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=18938&B=BLUELIGHT


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=18938&B=BLUELIGHT


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

National Police and Emergency Services Framework Agreement for Electronic Security, Control Room Systems and Audio-Visual Systems.

Reference number: SS3/16/145

II.1.2) Main CPV code

73421000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The MPS are procuring a national police and emergency services Framework Agreement for Electronic Security, Control Room Systems and Audio Visual Systems (divided into 3 Lots). The aim is to conduct a Restricted OJEU tendering process via the EU Supply tendering portal to cover the requirements.

II.1.5) Estimated total value

Value excluding VAT: 78 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Tenders may be submitted for all Lots or any combination.

The MPS / contracting authority reserves the right to award any combination of Lots.

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 — Building Technology Systems and Services

II.2.2) Additional CPV code(s)

32000000

32235000

32333000

32421000

33195100

35000000

35120000

35121000

35121700

35125000

35125300

38651600

42961100

48952000

50000000

50610000

51000000

75241000

79710000

79714000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom.

II.2.4) Description of the procurement

Lot 1. The scope of any contract or project tendered through the Framework under Lot 1 will include but is not limited to the design, supply, installation, decommission, maintenance and support of the following types of systems: a) Analogue, Digital and Internet Protocol (IP) Building Security Systems; Closed Circuit Television (CCTV) Systems both for Security and Evidential Purposes; Access Control Systems, including Ironmongery; Intercom Systems; Intruder and Perimeter Alarm Systems; Custody Suite Systems; Recorded Interview Systems; General Audio and Video Systems; Presentation and Training Systems; Public Address Systems; Bespoke Supply and Maintenance of non-specialist off the shelf Audio and Video Systems; Internet Protocol Television (IPTV) (off the shelf) Systems; Digital Signage (off the shelf); New and Replacement Video Conferencing (off the shelf) Systems.

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: 42 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Framework Agreement is an ongoing requirement and therefore may require renewal (applicable to all 3 Lots).

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 15

Objective criteria for choosing the limited number of candidates:

The aim is to award up to 8 suppliers a place under Lot 1.

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

Information regarding the list of Police Forces, Emergency Services, Central Government Departments, NHS Bodies and Local Authorities etc. who can access and utilise the Framework Agreement is included in the Standard Selection Questionnaire (SSQ) document — available on the EU Supply e-tendering portal (Ref: 26620).

Lot No: 2

II.2.1) Title

Lot 2 — CCTV Image Presentation and Control Systems

II.2.2) Additional CPV code(s)

32000000

32235000

32333000

32421000

33195100

35000000

35120000

35121000

35121700

35125000

35125300

38651600

42961100

48952000

50000000

50610000

51000000

75241000

79710000

79714000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom.

II.2.4) Description of the procurement

Lot 2. The scope of any contract or project tendered through the Framework under Lot 2 will include but is not limited to the design, supply, installation, decommission, maintenance and support of the following types of systems: Command and Control Rooms; CCTV and Audio Systems (using Propriety and Bespoke Software); Drag and Drop Graphical User Interfaces (GUIs); Digital Mapping Systems; Digital and Internet Protocol (IP) Video and Audio Control Systems; Analogue and Digital Video Interfaces; Television Video Network Protocol (TVNP) and Digital Video Network Protocol (DVNP) Systems; Open Network Video Interface Forum (ONVIF) Systems; Video Recording and Image Capture Systems; Analogue and Digital Video Matrices and Interfaces; Maintenance and Support of Existing CCTV Systems; Failover Resilient Systems; Automatic Number Plate Recognition Systems (ANPR) and Operational Camera Systems, Supply Installation and Support.

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: 20 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Framework Agreement is an ongoing requirement and therefore may require renewal (applicable to all 3 Lots).

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 8

Objective criteria for choosing the limited number of candidates:

The aim is to award up to eight suppliers a place under Lot 2.

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

Lot No: 3

II.2.1) Title

Lot 3 — Digital Video Recording Systems, Video Walls and Ancillary Services

II.2.2) Additional CPV code(s)

32000000

32235000

32333000

32421000

33195100

35000000

35120000

35121000

35121700

35125000

35125300

38651600

42961100

48952000

50000000

50610000

51000000

75241000

79710000

79714000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom.

II.2.4) Description of the procurement

Lot 3. The scope of any contract or project tendered through the Framework under Lot 3 will include but is not limited to the design, supply, installation, decommission, maintenance and support of the following types of systems will include the following: New and Replacement Video Wall and Displays; New and Replacement Digital Storage Systems; Bespoke Supply and Maintenance of Specialist Audio Video and Control Systems; Wireless Presentation Systems; New and Replacement Video Conferencing Systems and Unified Communications (specialist); Network Design, Management and Provision; Internet Protocol Television (IPTV) Systems (specialist); Control Room Design Furniture and Specialised/Bespoke Audio Visual Furniture, Digital Signage (specialist).

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: 16 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Framework Agreement is an ongoing requirement and therefore may require renewal (applicable to all 3 Lots).

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

The aim is to award to a single supplier a place under Lot 3 (due to connectivity and compatibility of a single system required).

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:

Information and formalities for evaluating if requirements are met. Specification requirements and information will be provided in the Standard Selection Questionnaire (SSQ) and subsequently the Invitation to Tender (ITT). For full details, please register on the Metropolitan Police Service e-tendering portal: EU Supply: (eu-supply.com) to access all tender documentation: (Ref: 26620).

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

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 12

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2017/S 111-223290

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 02/10/2017

Local time: 14:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 07/12/2017

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

Tender must be valid until: 01/11/2018

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Circa 2020.

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Metropolitan Police Service

11th Floor, Empress State Building, Lillie Road, Earls Court

London

SW6 1TR

UK

Telephone: +44 2071611578

E-mail: lee.kitchen@met.police.uk

VI.5) Date of dispatch of this notice

21/09/2017

Coding

Commodity categories

ID Title Parent category
42961100 Access control system Command and control system
35121700 Alarm systems Security equipment
32235000 Closed-circuit surveillance system Radio transmission apparatus with reception apparatus
73421000 Development of security equipment Pre-feasibility study and technological demonstration
38651600 Digital cameras Cameras
51000000 Installation services (except software) Other Services
33195100 Monitors Patient-monitoring system
32421000 Network cabling Network equipment
48952000 Public address systems Boat-location and public address system
75241000 Public security services Public security, law and order services
32000000 Radio, television, communication, telecommunication and related equipment Technology and Equipment
50000000 Repair and maintenance services Other Services
50610000 Repair and maintenance services of security equipment Repair and maintenance services of security and defence materials
35125300 Security cameras Surveillance system
35121000 Security equipment Surveillance and security systems and devices
79710000 Security services Investigation and security services
35000000 Security, fire-fighting, police and defence equipment Defence and security
35120000 Surveillance and security systems and devices Emergency and security equipment
79714000 Surveillance services Security services
35125000 Surveillance system Surveillance and security systems and devices
32333000 Video recording or reproducing apparatus Apparatus for sound, video-recording and reproduction

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:
lee.kitchen@met.police.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.