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

Provision of an Improved CCTV Service.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

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

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
The 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:
Provision of an Improved CCTV Service.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 5: Telecommunications services

NUTS code UKK42

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 aim of this tender process is to provide an improved and appropriate CCTV Service with an upgraded wireless communication system linking to the Control Room, with a 3 year maintenance contract, with the option to extend 2 further years.
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.
II.1.6)Common procurement vocabulary (CPV)

32000000, 35000000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The aim of this tender process is to provide an improved and appropriate CCTV Service with an upgraded wireless communication system linking to the Control Room, with a 3 year maintenance contract, with the option to extend 2 further years
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
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration 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:
Not Applicable.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As per the terms and conditions which will be included in the procurement documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Contracting Authority will consider bids from companies or from consortia/joint ventures. However legal entities must be formed prior to contract award. The Contracting Authority reserves the right to require groupings of contractors to take a particular legal form or to require a single contractor to take primary liability or to require that each party undertakes joint and several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Please refer to the tender documents.
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: As per the conditions in the procurement 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.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: 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.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
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.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
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.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes
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:
T00514CS
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2016/S 009-011657 of 14.1.2016

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 4.4.2016 - 11:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
4.4.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
11.4.2016
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 of tenders
Date: 4.4.2016 - 12:30
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional 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.

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

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

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:
3.3.2016