The Council is inviting tenders on the terms set out in this Invitation to Tender (ITT) for single or multiple contractor(s) to supply CCTV Maintenance and New Installations.
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Leicester City Council
Bosworth House, 9 Princess Road West
For the attention of: Nina Mistry
LE1 6TH Leicester
UNITED KINGDOM
Telephone: +44 1164541274
E-mail: nina.mistry2@leicester.gov.uk
Internet address(es):
General address of the contracting authority: www.leicester.gov.uk
Further information can be obtained from: Leicester City Council
Bosworth House, 9 Princess Road West
LE1 6TH Leicester
UNITED KINGDOM
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
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:
CCTV maintenance and new installations.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services
NUTS code UKF21
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Closed-circuit television cameras. Security cameras. Cameras. Camera lenses. Repair and maintenance services. Electrical-system repair services. Repair and maintenance services of security equipment. Emergency and security equipment. Surveillance and security systems and devices. Security equipment. Engineering work for security installations. Electrical installation work. Installation services of electrical equipment. Installation services of video equipment. CCTV maintenance and new installations.
II.1.6)Common procurement vocabulary (CPV)
32234000, 35125300, 38651000, 38651100, 50000000, 50116100, 50610000, 35100000, 35120000, 35121000, 45222300, 45310000, 51110000,51314000
II.1.7)Information about Government Procurement Agreement (GPA)
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 Council is inviting tenders on the terms set out in this Invitation to Tender (ITT) for single or multiple contractor(s) to supply CCTV Maintenance and New Installations. Tenderers are permitted to submit a tender for one or more Lots: Lot 1 – City System and Lot 2 – Urban System. The Contract duration is for an initial term of two (2) years commencing on an anticipated date of 1st May 2015 with the option to extend for up to a further two (2) + two (2) + two (2) + two (2) years. This procurement exercise is being run under an EC competitive dialogue procurement process.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The provision of appropriate guarantees, warranties and bonds is reserved.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
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
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (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
Information and formalities necessary for evaluating if the requirements are met:
As per the contract documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services 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
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
competitive dialogue
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
16.1.2015 – 10:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
10.12.2014