Kirklees Metropolitan Council : Supply of CCTV Monitoring and Concierge Services

  Kirklees Metropolitan Council has published this notice through Delta eSourcing

Notice Summary
Title: Supply of CCTV Monitoring and Concierge Services
Notice type: Contract Notice
Authority: Kirklees Metropolitan Council
Nature of contract: Services
Procedure: Open
Short Description: The Council intends to establish a Contract for a supplier to provide CCTV Monitoring Services and Concierge Services over the period of three to four years at Holme Park Court, Berry Brow, Huddersfield and an optional mobile patrol service at a number of Council premises on behalf of Kirklees Neighbourhood Housing, an Arm’s Length Management Organisation managing the housing portfolio. It is intended to award a contract to one supplier to perform the Services initially at the Premises listed in the Specification and as amended from time to time.
Published: 07/04/2014 16:02

View Full Notice

UK-Huddersfield: Closed circuit television services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      The Council of the Borough of Kirklees, Kirklees Neighbourhood Housing
      Perserverance House, St Andrews Road, Huddersfield, HD1 6RZ, United Kingdom
      Tel. +44 1484221000, Email: barry.goodwin@knh.org.uk, URL: https://www.kirklees.gov.uk, URL: https://www.yortender.co.uk
      Contact: Barry Goodwin, Attn: Barry Goodwin
      Electronic Access URL: https://www.yortender.co.uk
      Electronic Submission URL: https://www.yortender.co.uk/procontracts/supplier/nsf

      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:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Supply of CCTV Monitoring and Concierge Services
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 27

         Region Codes: UKE43 - Calderdale, Kirklees and Wakefield         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Closed circuit television services. The Council intends to establish a Contract for a supplier to provide CCTV Monitoring Services and Concierge Services over the period of three to four years at Holme Park Court, Berry Brow, Huddersfield and an optional mobile patrol service at a number of Council premises on behalf of Kirklees Neighbourhood Housing, an Arm’s Length Management Organisation managing the housing portfolio. It is intended to award a contract to one supplier to perform the Services initially at the Premises listed in the Specification and as amended from time to time.
         
      II.1.6)Common Procurement Vocabulary:
         92222000 - Closed circuit television services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Not Provided         
         Estimated value excluding VAT: 254,000
         Currency: GBP
                        
      
      II.2.2)Options: Yes
         If yes, description of these options: To extend at the Contracting Authority sole discretion for a further period or periods up to 12 months.                   
         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: 48 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      The Contracting Authority reserves the right to require parent or ultimate holding company guarantees and/ore performance bond
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Payment to be made in accordance with clause 6 of the Contract Conditions contained within the tender documents, including payment within 30 days of valid VAT invoice
      
      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 requires such economic operators to take a particular legal form or to require a single contractor to take primary liability or that each party undertakes joint and several liability
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: No       
   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:         
         
         Minimum Level(s) of standards possibly required:
         Set out in the Selection Criteria contained in the Business Questionnaire available from the address as set out in Section 1
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         In accordance with Articles 45 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 and as set out in the Business Questionnaire available from the address as set out in Section 1.         
         Minimum Level(s) of standards possibly required:
         Set out in selection criteria contained in the Business Questionnaire available from the address as set out in Section 1      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Not Provided      
      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: 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 below
            Criteria - Weighting
            Price - 60
            Quality - 40

      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: KMCKNH-028      
      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: 27/05/2014
         Time: 13:00      
      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
         Duration in month(s): 6
      
      IV.3.8)Conditions for opening tenders
         Date: 27/05/2014
         Time: 13:00
         Persons authorised to be present at the opening of tenders: Yes
            Tender opening officers from the Contracting Authority's Internal Audit and Corporate Procurement sections authorised to attend.


Section VI: Complementary Information

   VI.1)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: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=89918692
GO-201447-PRO-5587169 TKR-201447-PRO-5587168
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      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: 07/04/2014

ANNEX A

View any Notice Addenda

View Award Notice