Combined CCTV Installation and Maintenance Contract.
Contract notice
Services
Section I: Contracting authority
Halton Borough Council
Kingsway House c/o Municipal Building, Kingsway
Contact point(s): Procurement Centre of Excellence
For the attention of: Julie Leong
WA8 7QF Widnes
UNITED KINGDOM
Telephone: +44 1519064813
E-mail:
Fax: +44 1514717302
Internet address(es):
General address of the contracting authority: www2.halton.gov.uk
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA1966
Further information can be obtained from: Please direct all queries through www.thechest.nwce.gov.uk
c/o Municipal Building
Contact point(s): Procurement Centre of Excellence
For the attention of: Julie Leong
WA8 7QF Widnes
UNITED KINGDOM
Telephone: +44 1519061522
Internet address: www.thechest.nwce.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: All documents can be obtained electronically via www.thechestnwce.gov.uk
Kingsway House c/o Municipal Building
For the attention of: Julie Leong
WA8 7QF Widnes
UNITED KINGDOM
Telephone: +44 1519061522
Fax: +44 1514717302
Internet address: www.thechestnwce.gov.uk
Tenders or requests to participate must be sent to: All documents must be returned electronically via www.thechestnwce.gov.uk
c/o Municipal Building
Contact point(s): Procurement Centre of Excellence
For the attention of: Julie Leong
WA8 7QF Widnes
UNITED KINGDOM
Telephone: +44 1519061522
Fax: +44 1514717302
Internet address: www.thechestnwce.gov.uk
Section II: Object of the contract
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Borough of Halton, UK.
NUTS code UK
All tenderers must register as a supplier at www.thechestnwce.gov.uk to be considered for this tender.
All contract documentation will be published and will need to be submitted electronically at www.thechest.nwce.gov.uk.
92222000, 32231000, 32234000
Tenders may be submitted for one or more lots
Estimated value excluding VAT: 500 000 GBP
Description of these options: Up to two extensions are available, each of one year's duration, subject to the satisfactory performance and agreement on pricing. Any such extensions will be entirely at the discretion of Halton Council.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
Number of possible renewals: 2
Information about lots
Lot No: 1 Lot title: Public Safety Cameras and Traffic Information Camera Systems92222000, 32231000, 32234000
Estimated value excluding VAT: 200 000 GBP
92222000, 32231000, 32234000
Estimated value excluding VAT: 300 000 GBP
Section III: Legal, economic, financial and technical information
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
A financial check will be undertaken on Limited Companies expressing an interest in this tender. Details can be found in the tender documents.
Financial information will be required from organisations who are not Limited Companies or who have formed within the last two years. Details can be found in the tender documents.
(1) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures.
(2) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities.
(3) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(4) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
All contractors, including subcontractors, applying for Lot 1, must have City and Guilds/NVQ/BTEC Level 3 or equivalent, together with a minimum four years practical CCTV experience and including the knowledge and application of Rotakin ISO/IEC 27001 and ISO/IEC 27002 and be registered or working towards CCTV accreditation with Highway Electrical Registration Scheme (HERS Sector 8).
All contractors, applying for Lot 1, intended to undertake this work must have completed the Engineering Recommendation G39 (ERG39) course and obtained authorisation from Scottish Power.
Section IV: Procedure
Section VI: Complementary information
All tenderers must register as a supplier and express an interest via www.thechestnwce.gov.uk to be considered for this tender. All tender documentation will be made available to tenderers on The Chest and must be returned to Halton Borough Council electronically via The Chest.
The Council reserves the right to accept a tender on the basis of a single supplier for each lot, a number of lots or all lots. This will be determined following appraisal of tenders.This contract offers no guarantee or exclusivity of work.
(MT Ref:84893).
Mark Reaney
Halton Borough Council, Legal Services,Municipal Building, Kingsway
WA8 7QF Widnes
UNITED KINGDOM
Telephone: +44 3033334300
Internet address: www2.halton.gov.uk