Watford Borough Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Town Centre CCTV Services |
Notice type: | Contract Notice |
Authority: | Watford Borough Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Watford Borough Council requires a CCTV monitoring service for the town centre and CCTV systems at several other Council owned sites. |
Published: | 19/07/2023 09:00 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Watford Borough Council, United Kingdom
Town Hall, WATFORD, WD17 3EX, United Kingdom
Tel. +44 1923278370, Email: derek.hatcher@watford.gov.uk
Contact: Derek Hatcher
Main Address: https://www.watford.gov.uk
NUTS Code: UKH23
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-WATFORD:-Closed-circuit-television-services./69DJ58JRFH
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Social protection
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Town Centre CCTV Services
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: Watford Borough Council requires a CCTV monitoring service for the town centre and CCTV
systems at several other Council owned sites.
II.1.5) Estimated total value:
Value excluding VAT: 1,200,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKH23 Hertfordshire
II.2.4) Description of procurement: Watford Borough Council requires a CCTV monitoring service for the town centre and CCTV
systems at several other Council owned sites. The service is operated from a purpose-built
CCTV monitoring control room provided by the Council. The current service is provided 24
hours a day, 365 days a year.
The main priorities for the use of CCTV are public safety and the reduction of antisocial activity within the Watford area. The control room operates CCTV systems installed in public areas and remote hub sites, together with re-deployable cameras that can be installed in hotspots, temporarily. The service supports the Council's key aims and objectives:
-To reduce anti-social behaviours including fly-tipping.
-Management of town centres remote sites.
-To enhance community safety, assist in developing economic well-being and encourage greater use of the facilities and amenities of the borough.
-To assist the Authority in its enforcement and regulatory functions.
-To assist in highway management.
-To support civil proceedings.
-Support the council’s integrated transport policy.
The Contract requirement is for 5 years
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1,200,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/12/2023 / End: 30/11/2028
This contract is subject to renewal: Yes
Description of renewals: This is an ongoing requirement for the Council within Watford but could be subject to change in later years.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/69DJ58JRFH
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As stated in the tender documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
The Contractor must have the relevant SIA Accreditations to perform the services.
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 11/09/2023 Time: 10:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3
IV.2.7) Conditions for opening of tenders:
Date: 11/09/2023
Time: 10:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-WATFORD:-Closed-circuit-television-services./69DJ58JRFH
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/69DJ58JRFH
VI.4) Procedures for review
VI.4.1) Review body:
Watford Borough Council
Town Hall, Watford, wd17 3EX, United Kingdom
Email: derek.hatcher@watford.gov.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 19/07/2023
Annex A