Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Police & Crime Commissioner for South Wales
Police Headquarters, Cowbridge Road
Bridgend
CF31 3SU
UK
Telephone: +44 1656655555
E-mail: swp-procurement@south-wales.police.uk
NUTS: UKL17
Internet address(es)
Main address: https://www.south-wales.police.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0583
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://etenderwales.bravosolution.co.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://etenderwales.bravosolution.co.uk/
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
ANPR-Static Camera Support, Maintenance and Connectivity
Reference number: JCPS-O553
II.1.2) Main CPV code
50344100
II.1.3) Type of contract
Services
II.1.4) Short description
The Commissioner has an ANPR camera estate covering the Force Area
The Commissioner requires the support, maintenance, connectivity and installation of new static ANPR Cameras as well as existing installations
The provision shall include as a minimum, but not be limited to;
The preventative and reactive maintenance of all current ANPR cameras at static sites in accordance with the National ANPR Standards for Policing & Law Enforcement (NASPLE).
The purchase of replacement ANPR cameras when required.
The installation of new ANPR Cameras at new sites with associated fixings.
A dedicated APN via SIM enabled camera units to process all ANPR data from Cameras to the back-office function (BoF)
All SIM cards(for both static and mobile Cameras and associated connectivity equipment necessary for the transfer of ANPR data to relevant systems)
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
35125300
32260000
II.2.3) Place of performance
NUTS code:
UKL22
UKL15
UKL18
UKL17
UKL1
Main site or place of performance:
Across the South Wales Police Force Area
II.2.4) Description of the procurement
2.1. The Commissioner has an ANPR camera estate covering the Force Area
The Commissioner requires the support, maintenance, connectivity and installation of new static ANPR Cameras as well as existing installations
The provision shall include as a minimum, but not be limited to;
The preventative and reactive maintenance of all current ANPR cameras at static sites in accordance with the National ANPR Standards for Policing & Law Enforcement (NASPLE).
The purchase of replacement ANPR cameras when required.
The installation of new ANPR Cameras at new sites with associated fixings.
A dedicated APN via SIM enabled camera units to process all ANPR data from Cameras to the back-office function (BoF)
All SIM cards(for both static and mobile Cameras and associated connectivity equipment necessary for the transfer of ANPR data to relevant systems)
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 50
Price
/ Weighting:
50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
24 month extension available
II.2.9) Information about the limits on the number of candidates to be invited
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.1.2) 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
III.2.2) Contract performance conditions
Detailed in the tender documents
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
07/03/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
06/06/2025
IV.2.7) Conditions for opening of tenders
Date:
07/03/2025
Local time: 12:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
2027
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=147841
(WA Ref:147841)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
05/02/2025