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
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