Provision of an Improved CCTV Service.
Contract notice
Services
Section I: Contracting authority
Torbay Council
Procurement Team, ‘The Attic’, Torquay Town hall
For the attention of: Mrs Joanna Pascoe
TQ1 3DR Torquay
UNITED KINGDOM
Telephone: +44 1803208517
E-mail:
Internet address(es):
General address of the contracting authority: http://www.torbay.gov.uk/
Address of the buyer profile: http://www.torbay.gov.uk/procurement
Electronic access to information: http://www.supplyingthesouthwest.org.uk
Electronic submission of tenders and requests to participate: http://www.supplyingthesouthwest.org.uk
Further information can be obtained from: http://www.supplyingthesouthwest.org.uk
UNITED KINGDOM
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: http://www.supplyingthesouthwest.org.uk
UNITED KINGDOM
Tenders or requests to participate must be sent to: http://www.supplyingthesouthwest.org.uk
UNITED KINGDOM
Section II: Object of the contract
Service category No 5: Telecommunications services
NUTS code UKK42
The Authority is looking for a Provider to improve the current CCTV Service by designing, supplying, installing and maintaining a system which provides a quality cost effective service that reduces the current revenue costs and provides business growth opportunities.
32000000, 35000000
The Authority is looking for a Provider to improve the current CCTV Service by designing, supplying, installing and maintaining a system which provides a quality cost effective service that reduces the current revenue costs, through capital investment or other service delivery changes and provide business growth opportunities.
The Authority is looking to run a Competitive Procedure with Negotiation (CPN) process.
Estimated value excluding VAT:
Range: between 250 000 and 1 000 000 GBP
Section III: Legal, economic, financial and technical information
Description of particular conditions: Please refer to the tender documents.
Any organisation will be rejected where they do not comply with the requirements set out in in Regulation 57 ‘Mandatory Exclusions’ of the Public Contracts Regulations 2015. Any organisation may be rejected where they do not comply with the requirements set out in in Regulation 57 ‘Discretionary Exclusions’ of the Public Contracts Regulations 2015.
Minimum level(s) of standards possibly required: Will be detailed in the Selection Questionnaire and are as set out in Regulation 58 of the Public Contracts Regulations 2015.
Will be detailed in the Selection Questionnaire and are as set out in Regulation 58 of the Public Contracts Regulations 2015.
Minimum level(s) of standards possibly required:
Will be detailed in the Selection Questionnaire and are as set out in Regulation 58 of the Public Contracts Regulations 2015.
Section IV: Procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no
Objective criteria for choosing the limited number of candidates: As per Stage One of the tendering process as described within the procurement documents as detailed and attached within the Authority's e-Tendering system. The Authority shall negotiate with Applicants on the initial and all subsequent tenders submitted, except for the final tender, to improve the content. The minimum requirements and the award criteria are not subject to these negotiations. The Authority reserves the right to award the Contract on the basis of the initial tenders without negotiation being undertaken. During the negotiations, the Authority shall (a) inform all Applicants, whose tenders have not been eliminated, of any changes to the technical specifications or other procurement documents; (b) following any such changes, provide sufficient time to modify and re-submit amended tenders, as appropriate. The Authority reserves the right to undertake negotiation in successive stages in order to reduce the number of Applicants by applying the award criteria specified. The Authority will inform the remaining Applicants when it intends to conclude negotiations. A tender submission deadline will be set to submit the final revised tenders.
Prior information notice
Notice number in the OJEU: 2016/S 009-011657 of 14.1.2016
Payable documents: no
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
This Contract is not being divided into Lots. This is because it is not practical due to the nature of the Contract. Tenders and Negotiations; The Authority shall negotiate with Applicants on the initial and all subsequent tenders submitted, except for the final tender, to improve the content. The minimum requirements and the award criteria are not subject to these negotiations. The Authority reserves the right to award the Contract on the basis of the initial tenders without negotiation being undertaken. During the negotiations, the Authority shall: (a) inform all Applicants, whose tenders have not been eliminated, of any changes to the technical specifications or other procurement documents; (b) following any such changes, provide sufficient time to modify and re-submit amended tenders, as appropriate. The Authority reserves the right to undertake negotiation in successive stages in order to reduce the number of Applicants by applying the award criteria specified. The Authority will inform the remaining Applicants when it intends to conclude negotiations. A tender submission deadline will be set to submit the final revised tenders. The Invitation to Tender (ITT) documents will be made available through the Contracting Authority's e-tendering portal Supplying the South West (ProContract): www.supplyingthesouthwest.org.uk Applicants can access the tender documents without being registered on the e-tendering portal, but will need to register in order to submit a bid. In accordance with Regulation 59 of the UK Public Contract Regulations 2015 and EU Implementing Regulation 2016/7 the Authority will accept submission of the following parts/sections of the European Single Procurement Document (ESPD) as part of any submission: - ESPD Part II (A, B, C & D) in place of 1. Supplier Information of Stage 1 Standardised Pre-Qualification Questionnaire. - ESPD Part III (A & B) in place of 2. Grounds for Mandatory Exclusion of Stage 1 Standardised Pre-Qualification Questionnaire. - ESPD Part III (C & D) in place of 3. Grounds for Discretionary Exclusion of Stage 1 Standardised Pre-Qualification Questionnaire.
The United Kingdome does not have a specific body for the lodging of appeals
UNITED KINGDOM
Body responsible for mediation procedures
http://www.torbay.gov.uk/index/yourbusiness/procurement/tenderprocess/tendercomplaints.htm
UNITED KINGDOM