By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Provision and Installation of CCTV at the Port of Dover - IMO 13 250/2.

Contract award notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Government Procurement
Home Office Commercial, Home Office 15th Floor, West Point, 501 Chester Road, Old Trafford
For the attention of: Jonathan Edwards/Jacqui Myers/Janine Melia
M16 9HU Manchester
UNITED KINGDOM
Telephone: +44 1612610961 / 1612610960 / 1612610963
E-mail:
Fax: +44 1612610982

Internet address(es):

General address of the contracting authority: http://www.gov.uk

I.2)Type of the contracting authority
National or federal agency/office
I.3)Main activity
Public order and safety
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
Provision and Installation of CCTV at the Port of Dover - IMO 13 250/2.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Port of Dover, UK.

NUTS code UK

II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Short description of the contract or purchase(s)
Border Force (the "Authority”) is a professional Law Enforcement command within the Home Office.
The requirement is for the supply and installation of a replacement CCTV system at the Port of Dover, to be owned and used solely by Border Force, which must meet the appropriate Home Office standards. This procurement involves both Goods and Services.
The Authority has assessed the site and produced a feasibility study and an outline design. From this the Authority has devised an expectation of where the new CCTV is to be installed, which has been termed as the Operational Requirement (OR). The OR sets out the requirement for CCTV to be installed within the Authority's operational areas.
The OR is to be used as the baseline requirement for developing the performance and detailed designs for the system to be installed.
During the review of all Tender responses the Authority will select potential suppliers for undertaking the works with specific consideration given on their knowledge and skills for producing detailed designs based upon an issued OR and output based design requirement.
The project consists of the design and build of a new IP based video surveillance system and review suite. This includes the provision of a dedicated, fully operational IT network and the supporting mechanical and electrical engineering systems for the Eastern Docks at the Port of Dover.
The Contractor shall be appointed on a design and build contract. With this in mind, the Contractor shall note that the drawings inclusive within this Tender are indicative in nature and should allow for the full detail design and co-ordination for all services.
A full warranty of at least one year (supported by on-site attendance for faults as detailed in the Statement of Requirements) for the newly installed system is required.
The installation of the CCTV system will run alongside a complete rebuild of the Port itself and therefore it is likely that the CCTV installation will be in distinct phases, planned around the rebuild. Therefore the warranty periods may vary in line with the phasing Programme. Maintenance after the warranty period(s)
end is not required.
Bidders should note that the Authority is planning to hold Site Visits for those Bidders who wish to attend, during the period this RFP is open. It is recommended that Bidders interested in responding to this RFP take advantage of this opportunity, but note it is not a mandatory requirement to submitting a compliant bid. Requests to attend Site Visits should be made to the contact points given elsewhere in this document, i.e. to Jonathan Edwards, Janine Melia or Jacqui Myers. The requests should be made via the messaging facility within the e-Sourcing portal, once Bidders have obtained access to the Portal, and been attached to this event by the Authority. It is recommended that Bidders read the documentation within the event concerning this procurement, and the further details regarding the Site Visit, before they formalise arrangements to attend such a visit. The deadline for requesting a Site Visit is 9 October 2013. There will be no extension to this date. The Site Visits will take place over the dates of 16-17 and 21-22 October 2013. Only those Bidders whose request for a Site Visit has been confirmed by the Authority will be given access on the day in question. If Bidders have, for any reason, been unable to access the e-Sourcing portal in advance of the request deadline, they may, exceptionally, request a Site Visit by that deadline, via standard email to the same contact points. This email should include justification for the exceptional circumstances and why the request is made via email rather than through the messaging facility within the e-Sourcing portal.
The resulting Contract may be enabled for usage by Other Government Departments.
II.1.5)Common procurement vocabulary (CPV)

92222000, 32231000, 32234000, 32235000

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)
Value: 970 000 GBP
Excluding VAT

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of
1. Quality. Weighting 65
2. Price. Weighting 35
IV.2.2)Information about electronic auction
An electronic auction has been used: yes
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
IMO 13 250/2
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

of 1.3.2013

Section V: Award of contract

Contract No: IMO 13 250/2 Lot title: Provision and Installation of CCTV at the Port of Dover
V.1)Date of contract award decision:
31.12.2013
V.2)Information about offers
Number of offers received: 3
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Universal Security Systems Ltd
Mint Business Park 41 Butchers Road
E16 1PW London
UNITED KINGDOM
E-mail:
Telephone: +44 207511880
Internet address: http://www.universal-security.com
Fax: +44 2075118081

V.4)Information on value of contract
Initial estimated total value of the contract:
Value: 1 000 000 GBP
Excluding VAT
Total final value of the contract:
Value: 970 000 GBP
Excluding VAT
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:

This procurement will be managed electronically via the Government Procurement Service's e-Sourcing Portal. To participate in this procurement, participants must first be registered on the e-Sourcing Portal. If you have not yet registered on the eSourcing Portal, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for GPS eSourcing'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at http://gps.cabinetoffice.gov.uk/i-am-supplier/respondtender. Once you have registered on the eSourcing Portal, a registered user can express an interest for a specific procurement. This is done by emailing the buyer, i.e.: , or . Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. The email will be processed and then the buyer will enable the supplier to access the procurement online via the e-Sourcing Portal. The registered user will receive a notification email to alert them once this has been done.

For technical assistance on use of the e-Sourcing Portal please contact Government Procurement Service Helpdesk : Freephone: +44 3450103503

email:

The Commercial and Technical Questionnaires include a number of 'Show Stopper questions'. Failure of any Show Stopper question will result in Bidders being excluded from further participation in this Tendering exercise.
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures
VI.3.2)Lodging of appeals
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:
4.2.2014