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

Combined CCTV Installation and Maintenance Contract.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

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

I.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

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Combined CCTV Installation and Maintenance Contract.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
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

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)
The purpose of the contract is to supply the Council with services for the inspection, maintenance, installation and replacement of CCTV systems and equipment, by lots, consisting of: Public safety cameras situated in public areas; Buildings CCTV systems and recording equipment, and traffic information camera systems.

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.

II.1.6)Common procurement vocabulary (CPV)

92222000, 32231000, 32234000

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: yes
Tenders may be submitted for one or more lots
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:
The contract will run for the core period 1.4.2012 to 31.3.2015. After which two extensions may be available, subject to satisfactory performance and agreement on pricing, for a further one year to 31.3.2016 and one year to 31.3.2017. The contract is to provide routine inspection, maintenance, refurbishment and new installation of CCTV across the borough of Halton. The contract will be divided into two lots and tenderers are invited to bid for the whole, or specific, lots. Current estimated value for the five years of the contract is 500 000 GBP, including the two possible extensions (extensions will be entirely at the discretion of the authority). The combined CCTV contract does not constitute a monopoly arrangement and bespoke works and individual projects may not be let exclusively through the contract. Some services may be purchased directly, for example specialist works and installations/maintenance on major or partnership projects outside the scope of the business areas defined in the contract.
Estimated value excluding VAT: 500 000 GBP
II.2.2)Information about options
Options: yes
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)
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 2
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Public Safety Cameras and Traffic Information Camera Systems
1)Short description
The purpose of the contract is to supply the Council with services for the inspection, maintenance, installation and replacement of CCTV systems and equipment consisting of public safety cameras situated in public areas and also for cameras related to the Council's inventory of traffic information cameras.
2)Common procurement vocabulary (CPV)

92222000, 32231000, 32234000

3)Quantity or scope
The contract will run for the core period 1.4.2012 to 31.3.2015. After which extensions may be available, subject to satisfactory performance and agreement on pricing for a further one year to 31.3.2016 and one year to 31.3.2017.
Estimated value excluding VAT: 200 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 60 (from the award of the contract)
5)Additional information about lots
Lot No: 2 Lot title: Traffic Information Cameras
1)Short description
The purpose of the contract is to supply the Council with routine inspection, maintenance, installation and replacement of CCTV systems and equipment related to public buildings and schools CCTV inventory.
2)Common procurement vocabulary (CPV)

92222000, 32231000, 32234000

3)Quantity or scope
The contract will run for the core period 1.4.2012 to 31.3.2015. After which extensions may be available, subject to satisfactory performance and agreement on pricing for a further one year to 31.3.2016 and one year to 31.3.2017.
Estimated value excluding VAT: 300 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 60 (from the award of the contract)
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
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: no
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: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(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.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
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.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(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.
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:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
27.1.2012 - 11:00
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 tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Halton Borough Council will be using The Chest (an online e-tendering system) hosted by Due North for this tender.

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).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Mark Reaney
Halton Borough Council, Legal Services,Municipal Building, Kingsway
WA8 7QF Widnes
UNITED KINGDOM
Telephone: +44 3033334300
Internet address: www2.halton.gov.uk

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
7.12.2011

Other interesting websites