Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Bristol City Council
The Council House, College Green
Contact point(s): Strategic Commissioning & Procurement Services
For the attention of: Mr J Thompson
BS1 5TR Bristol
UNITED KINGDOM
Telephone: +44 1173525565
E-mail:
Fax: +44 1179037463
Internet address(es):
General address of the contracting authority: www.bristol.gov.uk
Address of the buyer profile: https://www.proactisplaza.com
Electronic access to information: https://www.proactisplaza.com/supplierportal
Electronic submission of tenders and requests to participate: https://www.proactisplaza.com/supplierportal - REQD1000254
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe 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 by the contracting authority:Fixed unattended enforcement system.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
NUTS code UKK11
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)Parking enforcement services. Bristol City Council is seeking to establish a new 2 year contract, with a possible one year extension, for a fixed unattended enforcement system. The contract involves the supply, installation and maintenance of up to ten, Department for Transport approved, fixed camera devices, together with the equivalent evidence review capacity and interface to Bristol City Council's existing notice processing system. The system will be used to support the civil enforcement of Bristol City Council decriminalised parking and moving vehicle legislation.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Bristol City Council is seeking to establish a new 2 year contract, with a possible one year extension, for a fixed unattended enforcement system. The contract involves the supply, installation and maintenance of up to ten, Department for Transport approved, fixed camera devices, together with the equivalent evidence review capacity and interface to Bristol City Council's existing notice processing system. The system will be used to support the civil enforcement of Bristol City Council decriminalised parking and moving vehicle legislation.
Estimated value excluding VAT: 300 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 24 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:The Authority reserves the right to request deposits, parent company guarantees, bonds or other forms of appropriate security relevant and proportionate to the contract value. Further details will be given in the tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:Bristol City Council standard form of conditions for payment.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:The authority reserve the right to require grouping contractors to take a particular form or to require a single contractor to take a primary liability or to require that each contractor undertakes joint or several liability.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: As specified in the invitation to tender document.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: In accordance with Regulation 23 of the Public Contracts Regulations 2006 and as set out in the invitation to tender and Award documents.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: In accordance with Regulation 24 of the Public Contracts Regulations 2006 and as set out in the invitation to tender and Award documents.
Minimum level(s) of standards possibly required: Tenderers should be able to demonstrate financial stability and an acceptable level of risk based upon the financial assessment criteria published in the invitation to tender and Award documents. Tenderers should also be able to provide public and employers liability insurance at 5 000 000 GBP and 10 000 000 GBP respectively. Applicants must provide a minimum of 2 years full set of accounts for their and any ultimate parent company. Tender price. Full set of standards are set out in the invitation to tender and Award documents.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
In accordance with Regulation 25 of the Public Contracts Regulations 2006 and as set out in the invitation to tender and Award documents.
Minimum level(s) of standards possibly required:
Compliance with EU and UK Procurement legislation. Organisation details, relevant technical experience and capability. Satisfactory health & safety and sub-contracting policies. Business continuity and equals policies. Method statements. Full set of standards are set out in the invitation to tender and Award documents.
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 procedureOpen
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 criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:REQD1000254
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 8.5.2012 - 23:59
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate9.5.2012 - 12:00
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 upAny EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderuntil: 27.7.2012
IV.3.8)Conditions for opening tendersDate: 9.5.2012 - 12:01
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional informationThis is an E-Tender process. The invitation to tender and other documents can be obtained from https://www.proactisplaza.com/supplierportal, Ref No:1000254. The tenderer should note that the date in IV.3.4 (noon Wednesday 9.5.2012) includes the time necessary to open, complete and submit a tender bid and any other information via Bristol's E-Tendering system. Go Reference: GO-2012315-PRO-3787433.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresBristol District Registry of the High Court of Justice
Greyfriars, Lewins Mead
BS1 2NR Bristol
UNITED KINGDOM
E-mail:
Telephone: +44 1179106700
Internet address: hmcourt--service.gsi.gov.uk
Fax: +44 1179106729
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: In accordance with the Public Contracts Regulations 2006 (as amended).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:15.3.2012