loading
  • GB-CR1 0EA Croydon
  • 07.01.2015
  • Ausschreibung
  • (ID 2-184966)

CCTV Maintenance


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 07.01.2015, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Büro-, Verwaltungsbauten
    Art der Leistung Technische Ausrüstung
    Sprache Englisch
    Aufgabe
    Maintenance services for the Council's central CCTV control room, parking enforcement control room and CCTV cameras.
    The contract requires a supplier to repair and maintain the CCTV control rooms and CCTV equipment installed at various locations throughout Croydon and provide for:
    — routine servicing of equipment and installations together with a 24-hour, 365 day per year emergency call-out and breakdown repair service;
    — fault identification and first call service for all faults identified with the CCTV equipment including leased fibre circuits, power supplies, cameras and telemetry, microwave transmission equipment, private fibre network, digital recording equipment, displays, matrix and camera control systems;
    — re-location of re-deployable cameras; operation of a remote access service to identify faults, repair and upgrade the digital recorder and camera control system;
    — two preventive maintenance rounds per year on all the equipment.
    The successful service provider may also be required to replace unserviceable and install further CCTV cameras and associated equipment.
    Leistungsumfang
    Estimated value excluding VAT: 310 000 GBP
    Adresse des Bauherren UK-CR1 0EA Croydon
    TED Dokumenten-Nr. 397951-2014

  • Anzeigentext Ausschreibung

    maximieren


    • Auftragsbekanntmachung

      Dienstleistungen
      Richtlinie 2004/18/EG

      Abschnitt I: Öffentlicher Auftraggeber

      I.1) Name, Adressen und Kontaktstelle(n)
      London Borough of Croydon
      Commissioning and Procurement Team, 12A Bernard Weatherill House, 8 Mint Walk
      Procurement Team; www.londontenders.org
      CR1 0EA
      Croydon
      VEREINIGTES KÖNIGREICH
      +44 2084071318
      MjE5XV9cUGJfUlpSW2EtUF9cZlFcWxtUXGMbYlg=

      Internet-Adresse(n):


      Hauptadresse des öffentlichen Auftraggebers: www.croydon.gov.uk
      Adresse des Beschafferprofils: www.londontenders.org
      Abschnitt II: Auftragsgegenstand

      II.1) Beschreibung

      II.1.6) Gemeinsames Vokabular für öffentliche Aufträge (CPV)
      92222000, 50340000, 50610000, 71334000, 72267000, 35120000, 32230000, 32234000, 32235000

      Beschreibung
      Videoüberwachung (CCTS).
      Reparatur und Wartung von audiovisuellen und optischen Geräten.
      Reparatur und Wartung von Sicherheitsausrüstung.
      Dienstleistungen im Bereich Maschinenbau und Elektrotechnik.
      Software-Wartung und -Reparatur.
      Überwachungs- und Sicherheitssysteme und -einrichtungen.
      Funksendegeräte mit eingebautem Empfangsgerät.
      Fernsehkameras im Kurzschlussbetrieb.
      Betriebsüberwachungssystem.

      Abschnitt IV: Verfahren

      IV.3) Verwaltungsangaben

      IV.3.3) Bedingungen für den Erhalt von Ausschreibungs- und ergänzenden Unterlagen bzw. der Beschreibung

      IV.3.4) Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge
      7.1.2015 - 12:00

      IV.3.6) Sprache(n), in der (denen) Angebote oder Teilnahmeanträge verfasst werden können
      Englisch.




      Contract notice

      Services
      Directive 2004/18/EC

      Section I: Contracting authority

      I.1) Name, addresses and contact point(s)
      Contact point(s): Telephone: E-mail: London Borough of Croydon Commissioning and Procurement Team, 12A Bernard Weatherill House, 8 Mint Walk Procurement Team; www.londontenders.org CR1 0EACroydon UNITED KINGDOM +44 2084071318 MjEyZGZjV2lmWWFZYmg0V2ZjbVhjYiJbY2oiaV8=

      Internet address(es):
      General address of the contracting authority: www.croydon.gov.ukAddress of the buyer profile: www.londontenders.orgI.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
      The contracting authority is purchasing on behalf of other contracting authorities: no

      Section II: Object of the contract

      II.1) Description

      II.1.1) Title attributed to the contract by the contracting authority:
      CCTV Maintenance.

      II.1.2) Type of contract and location of works, place of delivery or of performance
      Services
      Service category No 27: Other services
      Main site or location of works, place of delivery or of performance: Work will be carried within the boundaries of the London Boroughs of Croydon and Bromley.
      NUTS code UKI22

      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 contract or purchase(s)
      Maintenance services for the Council's central CCTV control room, parking enforcement control room and CCTV cameras.
      The contract requires a supplier to repair and maintain the CCTV control rooms and CCTV equipment installed at various locations throughout Croydon and provide for:
      — routine servicing of equipment and installations together with a 24-hour, 365 day per year emergency call-out and breakdown repair service;
      — fault identification and first call service for all faults identified with the CCTV equipment including leased fibre circuits, power supplies, cameras and telemetry, microwave transmission equipment, private fibre network, digital recording equipment, displays, matrix and camera control systems;
      — re-location of re-deployable cameras; operation of a remote access service to identify faults, repair and upgrade the digital recorder and camera control system;
      — two preventive maintenance rounds per year on all the equipment.
      The successful service provider may also be required to replace unserviceable and install further CCTV cameras and associated equipment.

      II.1.6) Common procurement vocabulary (CPV)
      92222000, 50340000, 50610000, 71334000, 72267000, 35120000, 32230000, 32234000, 32235000

      II.1.7) Information about Government Procurement Agreement (GPA)
      The contract is covered by the Government Procurement Agreement (GPA): yes

      II.1.8) Lots
      This contract is divided into lots: no

      II.1.9) Information about variants
      Variants will be accepted: no

      II.2) Quantity or scope of the contract

      II.2.1) Total quantity or scope:
      Estimated value excluding VAT: 310 000 GBP

      II.2.2) Information about options
      Options: no

      II.2.3) Information about renewals

      II.3) Duration of the contract or time limit for completion
      Duration in months: 48 (from the award of the contract)

      Section III: Legal, economic, financial and technical information

      III.1) Conditions relating to the contract

      III.1.1) Deposits and guarantees required:
      Detail of deposits, guarantees and other forms of appropriate security are set out in the tender documents.

      III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Details are set out in the tender documents.

      III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

      III.1.4) Other particular conditions
      The performance of the contract is subject to particular conditions: yes
      Description of particular conditions: Please refer to procurement documentation.

      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: Those are detailed in Invitation to Tender.

      III.2.2) Economic and financial ability
      Information and formalities necessary for evaluating if the requirements are met: Those are detailed in Invitation to Tender.
      Minimum level(s) of standards possibly required: Those are detailed in Invitation to Tender.

      III.2.3) Technical capacity
      Information and formalities necessary for evaluating if the requirements are met:
      Those are detailed in Invitation to Tender.
      Minimum level(s) of standards possibly required:
      Those are detailed in Invitation to Tender.

      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:
      420/2014D&E

      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
      7.1.2015 - 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
      English.

      IV.3.7) Minimum time frame during which the tenderer must maintain the tender

      IV.3.8) Conditions for opening of tenders
      Section VI: Complementary information

      VI.1) Information about recurrence
      This is a recurrent procurement: no

      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

      VI.4) Procedures for appeal

      VI.4.1) Body responsible for appeal procedures
      London Borough of Croydon Commissioning and Procurement Team, Corporate Resources and Customer Services Department, 12th floor, Zone A, Bernard Weatherill, House 8 Mint Walk CR0 1EACroydon UNITED KINGDOM

      Body responsible for mediation procedures
      London Borough of Croydon Commissioning and Procurement Team, Corporate Resources and Customer Services Department, 12th floor Zone A, Bernard Weatherill, House 8, Mint Walk CR0 1EACroydon UNITED KINGDOM

      VI.4.2) Lodging of appeals
      Precise information on deadline(s) for lodging appeals: In accordance with Regulation 32 (Information about Contract Award Procedures and the Applications of Standstill Period Prior to Contract Award) and Regulation 47 (Enforcement of Obligations) of the Public Contract Regulations 2006. Prior notice of any challenge must be given and any challenge must be made promptly and in any event within 3 months of the grounds of the challenge arising.

      VI.4.3) Service from which information about the lodging of appeals may be obtained

      VI.5) Date of dispatch of this notice:
      20.11.2014

    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 21.11.2014
Zuletzt aktualisiert 28.01.2015
Wettbewerbs-ID 2-184966 Status Kostenpflichtig
Seitenaufrufe 80