Section I: Contracting authority
I.1)Name, addresses and contact point(s)Dacorum Borough Council
Civic Centre, Marlowes
Contact point(s): Commissioning, Procurement and Compliance
For the attention of: Ben Hosier
HP1 1HH Hemel Hempstead Herts
UNITED KINGDOM
Telephone: +44 1442228215
E-mail:
Internet address(es)
General address of the contracting authority http://www.dacorum.gov.uk
Address of the buyer profile www.dacorum.gov.uk/procurement
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:CCTV control room upgrade and relocation.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
Main place of delivery: Civic Centre, Hemel Hempstead and Cupid Green Depot, Hemel Hempstead.
NUTS code UKH23
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)Dacorum Borough Council wishes to upgrade and enhance its CCTV service by relocating its control room and monitoring equipmentand installing a wireless network.
II.1.6)Common procurement vocabulary (CPV)32323500, 35125300, 32330000
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
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 scopeDacorum Borough Council wishes to upgrade and enhance its CCTV service by relocating its control room and monitoring equipment and installing a wireless network.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 600 000 and 800 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completionDuration in months: 60 (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
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
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Dacorum Borough Council will undertake a financial appraisal on interested parties at the pre qualification stage. This will be carried out by one of the council's accountants.
Minimum level(s) of standards possibly required: All companies will be scored out of 50 marks for this element.
III.2.3)Technical capacity
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 procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 5 and maximum number 10
Objective criteria for choosing the limited number of candidates: Evaluation criteria is included in the pre qualification questionnaire.
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:CPU00151
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate28.11.2011
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates23.12.2011
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
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 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 information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
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:27.10.2011