CT0831 IP Video Surveillance System

A Contract Award Notice
by THE CITY OF EDINBURGH COUNCIL

Source
OJEU
Type
Contract (Services)
Duration
10 year (est.)
Value
£4M
Sector
DEFENCE
Published
15 Oct 2021
Delivery
To 15 Oct 2031 (est.)
Deadline
n/a

Concepts

Location

Edinburgh

Geochart for 2 buyers and 2 suppliers

2 buyers

2 suppliers

Description

Upgrade of the City of Edinburgh Council's IP Video Surveillance System

Lot Division

1 IP Video Surveillance System

The City of Edinburgh Council requires to update Public Realm CCTV and has successfully submitted a European Regional Development Fund (ERDF) bid as part of the 8th City Programme; Scottish Cities Alliance smart cities initiative. The City of Edinburgh Council operates a Central Monitoring Facility (CMF) at the City Chambers. This facility operates 365 days, 24 hours per day; with 206 permanent cameras and rapid deployment cameras. The CCTV system and fibre transmission which services the system currently is predominantly analogue, requiring an upgrade to digital. Lot 1 is for the upgrade of the CMF and maintenance, it is the intention to replace the entire system and potentially install additional permanent cameras in new locations. The public realm CCTV upgrade will be funded from the European Regional Development Fund (ERDF) and match funded from the Council’s capital budget, the maximum budget for the public realm CCTV upgrade is GBP1,500,000 (inclusive of contingency). In addition, maintenance of the IP Video Surveillance System will be met from the Council’s revenue budget.

Award Criteria
Quality 70.0
PRICE 30.0
2 Fibre Network

The City of Edinburgh Council operates a Central Monitoring Facility (CMF) at the City Chambers. This facility operates 365 days, 24 hours per day; with 206 permanent cameras and rapid deployment cameras. The CCTV system and fibre transmission which services the system currently is predominantly analogue, requiring an upgrade to digital. Lot 2 is for the appointment of a suitably qualified and experienced Contractor for the design, supply and delivery of a fully managed private IP fibre network to support a newly digitalised CCTV network. The new fibre must meet today’s performance requirements but must also have upgradeable bandwidth to futureproof the network. These future requirements are not known, although future bandwidth growth is expected. In addition to the basic needs of CCTV, the Council will see significant benefits of implementing the proposed solution, including: Accelerate the implementation of 5G; Reduced time to develop Internet of Things (IoT) based solutions; Resilient Transport fibre connections; and Contribute to the Council’s smart city ambitions. The Contractor shall take full responsibility for: Solution design; Co-ordinated implementation minimising business continuity interruption; Detailed survey in relation to any proposed installation; Installation, including supply of materials and testing; and On-going support and maintenance once installed. Lot 2 will be solely funded from the Council’s revenue budget, there is no CapEx budget for Fibre Network at present; any associated capital expenditure costs must be absorbed into the annual revenue costs.

Award Criteria
Quality 40.0
PRICE 60.0

Award Detail

1 North SV (Braehead)
  • IP Video Surveillance System
  • Num offers: 4
  • Value: £2,652,450
  • Contractor is an SME.
2 BT (London)
  • Fibre Network
  • Num offers: 2
  • Value: £866,550

CPV Codes

  • 92222000 - Closed circuit television services
  • 32234000 - Closed-circuit television cameras
  • 32235000 - Closed-circuit surveillance system
  • 32231000 - Closed-circuit television apparatus
  • 32323500 - Video-surveillance system
  • 32412100 - Telecommunications network
  • 32412000 - Communications network

Indicators

  • Award on basis of price and quality.

Other Information

A virtual Microsoft Teams event will be held at 14:00 on 12 April 2021 to video record key locations relevant to the project. Please contact darren.moir@edinburgh.gov.uk to register for this event by 12noon on Friday 9 April 2021. The Microsoft Teams event must not be recorded. Part II (Q.2D.1.2) The public body explicitly requests this information, please provide a separate ESPD response (Sections A and B of this Part and Part III) for each subcontractor. Part III: Section A, B, C & D - Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of The Public Contracts (Scotland) Regulations 2015 (for above OJEU threshold)/ 8 and 9 of the Procurement (Scotland) Regulations 2016 (below OJEU threshold). Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management – Question 4D.1 - It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a Health & Safety Policy and is required to do so, the Council may exclude the Bidder from the competition. The following ESPD questions must be answered by tenderers noting the relating Statement of Requirements Part I, Part II Section All, Part III Section All Exclusion Grounds, Part IV Section B 4B.1.1; 4B.1.3; 4B.3; 4B.4; 4B.4.1; 4B.5.1A; 4B.5.1B; 4B.5.3; Question 4B.1, 4B.4; 4B.5 Exclusion Grounds, Part IV D Question 4D.1, 4D.1.1, 4D.1.2, Question 4D.1 Mandatory Criteria. The Council has identified that the scope of this procurement falls within a business sector which may be attractive to infiltration by organised crime groups. The Council, therefore, reserves the right to include enhanced probity checks/requirements of the main Contractors and any Sub-contractors at both the selection and award stages of the procurement. (SC Ref:670240)

Reference

Domains