East Staffordshire Borough Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | CCTV Remote Monitoring |
Notice type: | Contract Notice |
Authority: | East Staffordshire Borough Council |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The Authority is seeking suitably qualified Suppliers to bid for the provision of a Remote CCTV Monitoring Service contract. As part of the existing CCTV operation the Authority has a Control Room and Viewing Suite. It is now seeking to cease the use of its control room and viewing suite and instead appoint a contractor to perform its monitoring activities at a remote facility. The Supplier will be required to liaise with the Authority’s contracted CCTV maintenance provider to implement the required CCTV Data Transmission to the Remote Control Room. The successful Supplier will be required to work closely with the Authority’s representatives, partner agencies such as the police and others with an interest such as shopping centre managers. The proposed Contract is for an initial term of two (2) years with the further extension option of three 12 month periods. |
Published: | 04/12/2015 14:55 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
East Staffordshire Borough Council
The Maltsters, Wetmore Road, Burton upon Trent, DE14 1LA, United Kingdom
Tel. +44 1283508000, Fax. +44 1283508388, Email: procurement@eaststaffsbc.gov.uk, URL: http://www.eaststaffsbc.gov.uk/, URL: http://eaststaffbc.g2b.info/index.htm
Contact: Programmes and Transformation, Attn: Simon Humble
Electronic Access URL: https://www.delta-esourcing.com/respond/9Q3D73266T
Electronic Submission URL: https://www.delta-esourcing.com/respond/9Q3D73266T
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: CCTV Remote Monitoring
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 23
Region Codes: UKG2 - Shropshire and Staffordshire
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. Monitoring and control services. Public security services. Security services. Surveillance services. The Authority is seeking suitably qualified Suppliers to bid for the provision of a Remote CCTV Monitoring Service contract. As part of the existing CCTV operation the Authority has a Control Room and Viewing Suite. It is now seeking to cease the use of its control room and viewing suite and instead appoint a contractor to perform its monitoring activities at a remote facility.
The Supplier will be required to liaise with the Authority’s contracted CCTV maintenance provider to implement the required CCTV Data Transmission to the Remote Control Room.
The successful Supplier will be required to work closely with the Authority’s representatives, partner agencies such as the police and others with an interest such as shopping centre managers.
The proposed Contract is for an initial term of two (2) years with the further extension option of three 12 month periods.
II.1.6)Common Procurement Vocabulary:
92222000 - Closed circuit television services.
71700000 - Monitoring and control services.
75241000 - Public security services.
79710000 - Security services.
79714000 - Surveillance services.
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: 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:
The Authority is seeking suitably qualified Suppliers to bid for the provision of a Remote CCTV Monitoring Service contract. As part of the existing CCTV operation the Authority has a Control Room and Viewing Suite. It is now seeking to cease the use of its control room and viewing suite and instead appoint a contractor to perform its monitoring activities at a remote facility.
The Supplier will be required to liaise with the Authority’s contracted CCTV maintenance provider to implement the required CCTV Data Transmission to the Remote Control Room.
The successful Supplier will be required to work closely with the Authority’s representatives, partner agencies such as the police and others with an interest such as shopping centre managers.
The proposed Contract is for an initial term of two (2) years with the further extension option of three 12 month periods.
The envisaged number of candidates is 5. In the event that there are less than 5 suitably qualified Suppliers, the Authority may take through the number (less than 5) of suitably qualified Suppliers, provided that there is a sufficient number of Suppliers to ensure a genuine competition. Where there is a tie for 5th place, then all Applicants in 5th place will be invited to tender, unless there is a significant difference between their scores and 4th place of 3 marks.
Estimated value excluding VAT: 365,000
Currency: GBP
II.2.2)Options: No
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)
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:
East Staffordshire Borough Council reserves the right to require a parent company guarantee in the form of document contained in the Employer’s Requirements if deemed appropriate by the Council.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment on delivery of services.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Please form legal entity before contracting.
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:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
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;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
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: 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: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
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 detailed in documentation provided
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: 2015-11-CCTV
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 05/01/2016
Time-limit for receipt of requests for documents or for accessing documents: 12:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 06/01/2016
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 20/01/2016
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
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: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
The information and documents for this contract will be accessible at the following website www.delta-esourcing.com. To be able to access these documents you will need to register your company details and enter the following Access Code . You will then be issued with a Username and Password. If you have already registered with Delta previously, please login and click on ‘Response Manager’, entering the Access Code 9Q3D73266T above. This will allow you to collect the relevant documentation. If you have registered and have forgotten your Username and Password, please click on the forgotten password link on the Delta-esourcing homepage. Please keep this Username and Password secure, and do not pass it to any third parties. You must log into Delta and then click on ‘Response Manager’, if you have added the Access Code to your registration you will automatically be able view the relevant contract opportunity and the available documents. Please check that you are able to access these online documents. If you are experiencing problems please contact the Delta helpdesk via email: helpdesk@delta-esourcing.com or call 0845 270 7050 for further assistance.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Burton-upon-Trent:-Closed-circuit-television-services./9Q3D73266T
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Burton-upon-Trent:-Closed-circuit-television-services./9Q3D73266T
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9Q3D73266T
GO-2015124-PRO-7415783 TKR-2015124-PRO-7415782
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
East Staffordshire Borough Council
The Maltsters, Wetmore Road, Burton upon Trent, DE14 1LA, United Kingdom
Tel. +44 1283508000, Fax. +44 1285508388, Email: procurement@eaststaffsbc.gov.uk, URL: http://www.eaststaffsbc.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:
East Staffordshire Borough Council
The Maltsters, Wetmore Road, Burton upon Trent, DE14 1LA, United Kingdom
Tel. +44 1283508000, Fax. +44 1283508388, Email: andrea.davies@eaststaffsbc.gov.uk, URL: http://www.eaststaffsbc.gov.uk/
VI.5) Date Of Dispatch Of This Notice: 04/12/2015
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
East Staffordshire Borough Council
The Maltsters, Wetmore Road, Burton upon Trent, DE14 1LA, United Kingdom
Tel. +44 1283508000, Fax. +44 1283508388, Email: procurement@eaststaffsbc.gov.uk
Contact: Programmes and Transformation
Main Address: http://www.eaststaffsbc.gov.uk/, Address of the buyer profile: http://eaststaffbc.g2b.info/index.htm
NUTS Code: UKG2
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: CCTV Remote Monitoring
Reference number: Not Provided
II.1.2) Main CPV code:
92222000 - Closed circuit television services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Authority is seeking suitably qualified Suppliers to bid for the provision of a Remote CCTV Monitoring Service contract. As part of the existing CCTV operation the Authority has a Control Room and Viewing Suite. It is now seeking to cease the use of its control room and viewing suite and instead appoint a contractor to perform its monitoring activities at a remote facility.
The Supplier will be required to liaise with the Authority’s contracted CCTV maintenance provider to implement the required CCTV Data Transmission to the Remote Control Room.
The successful Supplier will be required to work closely with the Authority’s representatives, partner agencies such as the police and others with an interest such as shopping centre managers.
The proposed Contract is for an initial term of two (2) years with the further extension option of three 12 month periods.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 248,506.4
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
92222000 - Closed circuit television services.
71700000 - Monitoring and control services.
75241000 - Public security services.
79710000 - Security services.
79714000 - Surveillance services.
II.2.3) Place of performance
Nuts code:
UKG2 - Shropshire and Staffordshire
Main site or place of performance:
Shropshire and Staffordshire
II.2.4) Description of the procurement: The Authority is seeking suitably qualified Suppliers to bid for the provision of a Remote CCTV Monitoring Service contract. As part of the existing CCTV operation the Authority has a Control Room and Viewing Suite. It is now seeking to cease the use of its control room and viewing suite and instead appoint a contractor to perform its monitoring activities at a remote facility.
The Supplier will be required to liaise with the Authority’s contracted CCTV maintenance provider to implement the required CCTV Data Transmission to the Remote Control Room.
The successful Supplier will be required to work closely with the Authority’s representatives, partner agencies such as the police and others with an interest such as shopping centre managers.
The proposed Contract is for an initial term of two (2) years with the further extension option of three 12 month periods.
II.2.5) Award criteria:
Quality criterion - Name: Processes for effective transmission, viewing and handling of images/data / Weighting: 15
Quality criterion - Name: Processes for effective remote operation of the CCTV system and related activities / Weighting: 15
Quality criterion - Name: Processes for ensuring compliance with applicable law and codes of practice / Weighting: 5
Quality criterion - Name: Processes for collaborative working with partner agencies / Weighting: 5
Quality criterion - Name: Arrangements for ensuring the continuity and/or recovery of the services provided to the Council / Weighting: 5
Quality criterion - Name: Processes for ensuring the effective recruitment and retention of competent personnel / Weighting: 5
Price - Weighting: 50
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 21/06/2016
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
West Midlands Passenger Transport Executive (Centro)
Centro House, 16 Summer Lane, Birmingham, B19 3SD, United Kingdom
NUTS Code: UKG31
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 248,506.4
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
The information and documents for this contract will be accessible at the following website www.delta-esourcing.com. To be able to access these documents you will need to register your company details and enter the following Access Code . You will then be issued with a Username and Password. If you have already registered with Delta previously, please login and click on ‘Response Manager’, entering the Access Code 9Q3D73266T above. This will allow you to collect the relevant documentation. If you have registered and have forgotten your Username and Password, please click on the forgotten password link on the Delta-esourcing homepage. Please keep this Username and Password secure, and do not pass it to any third parties. You must log into Delta and then click on ‘Response Manager’, if you have added the Access Code to your registration you will automatically be able view the relevant contract opportunity and the available documents. Please check that you are able to access these online documents. If you are experiencing problems please contact the Delta helpdesk via email: helpdesk@delta-esourcing.com or call 0845 270 7050 for further assistance.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Burton-upon-Trent:-Closed-circuit-television-services./9Q3D73266T
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=210829803
VI.4) Procedures for review
VI.4.1) Review body
East Staffordshire Borough Council
The Maltsters, Wetmore Road, Burton upon Trent, DE14 1LA, United Kingdom
Tel. +44 1283508000, Fax. +44 1285508388, Email: procurement@eaststaffsbc.gov.uk
Internet address: http://www.eaststaffsbc.gov.uk/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
East Staffordshire Borough Council
The Maltsters, Wetmore Road, Burton upon Trent, DE14 1LA, United Kingdom
Tel. +44 1283508000, Fax. +44 1283508388, Email: andrea.davies@eaststaffsbc.gov.uk
Internet address: http://www.eaststaffsbc.gov.uk/
VI.5) Date of dispatch of this notice: 18/07/2016