web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Shrewsbury: Closed-circuit television cameras

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (15/S 215-392223/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU
Award criteria: Most economic bid
Type of bid required: Global bid

Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Shropshire Council
Shirehall, Abbey Foregate
Shrewsbury
Postal code: SY2 6ND
United Kingdom
Contact points(s): Procurement
Phone: +44 1743252992
Email: procurement@shropshire.gov.uk
Fax: +44 1743253910
Internet Address(es):
General address of the contracting authority: www.shropshire.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2) Type of the contracting authority:
Regional or local authority
I.3) Main activity: General public services
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Shropshire Council is purchasing on behalf of itself and any wholly owned local authority company or other entity that is deemed to be a contracting authority by virtue of the Council’s involvement
Shirehall, Abbey Foregate
Shrewsbury
Postal code: SY2 6ND
United Kingdom

Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
PMC 002 — Public Space CCTV Systems Upgrade and Control Room Relocation for Shrewsbury Town Centre.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
Nuts code: UKG22
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):
The notice involves a public contract
II.1.4) Information on framework agreement:
II.1.5) Short description of the specific contract:
Closed-circuit television cameras. Closed-circuit television cameras. Closed circuit television cameras. CCTV: Shropshire Council wishes to contract for the upgrade of public space CCTV systems and control room relocation for Shrewsbury. The council requires the supplier to install and commission new high definition (HD), internet protocol (IP) digital camera technology at identified locations within the Town Centre; design, supply, install and commission a new digital control room management system (CRMS) and digital recording system; design, supply and install new fit for purpose technical furniture for the new control room; design, supply installation and commissioning of new single-mode fibre cabling and associated digital fibre transmission equipment for use with the existing multimode fibre infrastructure; design, supply, installation and commissioning of new high-capacity digital wireless transmission links for Ethernet connectivity between the new CCTV control room and Town Centre.
Please note that Shropshire Council is committed to achieving Social Value outcomes through maximising the social, economic and/or environmental impact of all its procurement activity. Questions around the specific benefits that can be brought by contractors through this framework are set out within the tender response document and in addition for your further information the Council’s Social Value Framework Guidance can be found at www.shropshire.gov.uk/doing-business-with-shropshire-council
The contract will be in place for 1 year, with the option to extend for a further 3 year period.
II.1.6) Common procurement vocabulary (CPV): 32234000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): NO
II.1.8) Lots:
The contract is divided into lots: No
II.1.9) Information about variants:
Variants will be accepted:
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
Estimated value excluding VAT:
Range: between 190 000 and 300 000 GBP
II.2.2) Information about options:
II.2.3) Information about renewals:
II.3) Duration of the contract or time limit for completion:
Starting 1.3.2016Completion 29.2.2020
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
See tender documentation.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See tender documentation.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and severable liability.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation:
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Information and formalities necessary for evaluating if the requirements are met: See tender documentation.
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: See tender documentation.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: See tender documentation and note all relevant UK legislation or EU equivalent has to be adhered to by the contractor.
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
III.3.2) Staff responsible for the execution of the service:
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Open
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
IV.2) Award criteria:
IV.2.1) Award criteria:
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2) Information about electronic auction:
An electronic auction will be used: no
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority/entity:
PMC 002
IV.3.2) Previous publication(s) concerning the same contract:
No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
11.12.2015 – 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates:
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
IV.3.8) Conditions for opening of tenders:
Persons authorised to be present at the opening of tenders: no.

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 01/09/2019.

VI.2) Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:

GO Reference: GO-2015114-PRO-7281174.
VI.4) Procedures for appeal:
VI.4.1) Body responsible for appeal procedures:
Shropshire Council
Shirehall, Abbey Foregate
Shrewsbury
Postal code: SY2 6ND
United Kingdom
Phone: +44 1743252992
Email: procurement@shropshire.gov.uk
VI.4.3) Service from which information about the lodging of appeals may be obtained:
Shropshire Council
Shirehall, Abbey Foregate
Shrewsbury
Postal code: SY2 6ND
United Kingdom
Phone: +44 1743252992
VI.5) Date of dispatch of this notice:
04.11.2015