Salford City Council : For the supply of Tareget Hardening and Alarms to residential properties

  Salford City Council has published this notice through Delta eSourcing

Notice Summary
Title: For the supply of Tareget Hardening and Alarms to residential properties
Notice type: Contract Notice
Authority: Salford City Council
Nature of contract: Supplies
Procedure: Open
Short Description: The supply of target hardening and burglar alarms to residential properties
Published: 24/12/2012 11:46

View Full Notice

UK-Salford: Burglar and fire alarms.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Salford City Council
      Unity House, Chorley Road, Salford, M27 5AW, United Kingdom
      Tel. +44 1616866244, Email: deborah.derbyshire@salford.gov.uk
      Attn: Deborah Derbyshire

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   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:
      Not Provided

Section II: Object Of The Contract: SUPPLIES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: For the supply of Tareget Hardening and Alarms to residential properties
      II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
         Purchase

         Region Codes: UKD3 - Greater Manchester         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:Not Provided
      
      II.1.5)Short description of the contract or purchase:
      Burglar and fire alarms. The supply of target hardening and burglar alarms to residential properties
         
      II.1.6)Common Procurement Vocabulary:
         31625000 - Burglar and fire alarms.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: Not Provided
      II.1.9)Information about variants:
         Variants will be accepted: Not Provided   
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      The Housing Crime Reduction Initiative is a Salford City Council run project set up to reduce crime across the City of Salford. They work in conjunction with GMP and Housing Associations to identify repeat victims of crime. In addition to this proactive scheme we also run a preventative scheme, identifying and undertaking works in high crime areas. Supply and Installation of target hardening and burglar alarms to residential properties      
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   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 Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: Not Provided      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
      Not Provided      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.

      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
      
      III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   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: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: Not Provided
      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:


         Not Provided      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 06/02/2013
         Time: 19:00      
      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 Not Provided      
      IV.3.8)Conditions for opening tenders
         Date: 07/02/2013
         Time: 09:00


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Not Provided
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Not Provided      
   VI.3)Additional Information: The Housing Crime Reduction Initiative is a Salford City Council run project set up to reduce crime across the City of Salford. They work in conjunction with GMP and Housing Associations to identify repeat victims of crime. In addition to this proactive scheme we also run a preventative scheme, identifying and undertaking works in high crime areas.
Documents are only available through the chest www.the-chest.org.uk and must be returned by the date and time specified.
The contract may be split between two providers.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/respondToList.html?noticeId=48157291
GO-20121224-PRO-4477396 TKR-20121224-PRO-4477395
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Salford City Council
      Unity House, Civic Campus, Chorley Road, Swinton, M27 6AW, United Kingdom
      Tel. +44 1616866244, Email: procurement@salford.gov.uk

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 24/12/2012

ANNEX A

View any Notice Addenda

View Award Notice

UK-Salford: Burglar and fire alarms.

Section I: Contracting Authority
   Title: UK-Salford: Burglar and fire alarms.
   I.1)Name, Addresses and Contact Point(s):
      Salford City Council
      Unity House, Chorley Road, Salford, M27 5AW, United Kingdom
      Tel. +44 1616866244, Email: deborah.derbyshire@salford.gov.uk
      Attn: Deborah Derbyshire

   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: For the supply of Tareget Hardening and Alarms to residential properties      
      II.1.2)Type of contract and location of works:
         SUPPLIES
)Purchase
         Region Codes: UKD3 - Greater Manchester         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Burglar and fire alarms. The supply of target hardening and burglar alarms to residential properties
      II.1.5)Common procurement vocabulary:
         31625000 - Burglar and fire alarms.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Value: 400,000
         Currency: GBP

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Open
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Quality - 30
         Price - 70
         
      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: Not Provided          
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
         
         
         Other previous publications: Yes
            Notice number in OJ: 2012/S 249 - 41238 of 28/12/2012


Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 17/06/2013      
      V.2) Information About Offers
         Number Of Offers Received: 7          
         Number Of Offers Received By Electronic Means: 7       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Safe and Secure
         Postal address: 61 Kearsley Road
         Town: Manchester
         Postal code: M8 4GH
         Country: United Kingdom
         Email: stephanie.brooke@ntlworld.com
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 400,000
            Currency: GBP

         If annual or monthly value:
            Number of months: 48
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   2: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 17/06/2013      
      V.2) Information About Offers
         Number Of Offers Received: 7          
         Number Of Offers Received By Electronic Means: 7       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Tribune AVS
         Postal address: 127 Light Oaks Road
         Town: Salford
         Postal code: M6 8WL
         Country: United Kingdom
         Email: ross@tribuneavs.com
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 400,000
            Currency: GBP

         If annual or monthly value:
            Number of months: 48
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided

Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Not Provided    
   VI.2)Additional Information:
      The Housing Crime Reduction Initiative is a Salford City Council run project set up to reduce crime across the City of Salford. They work in conjunction with GMP and Housing Associations to identify repeat victims of crime. In addition to this proactive scheme we also run a preventative scheme, identifying and undertaking works in high crime areas.
Documents are only available through the chest www.the-chest.org.uk and must be returned by the date and time specified.
The contract may be split between two providers.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=63800739
GO-2013618-PRO-4885693 TKR-2013618-PRO-4885692   
   VI.3.1)Body responsible for appeal procedures:
      Salford City Council
      Unity House, Civic Campus, Chorley Road, Swinton, M27 6AW, United Kingdom
      Tel. +44 1616866244, Email: procurement@salford.gov.uk
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 18/06/2013