CCTV Services to Caerphilly County Borough Council
LOT 1 – Supply and installation of CCTV Equipment to Parks and Open Spaces. LOT 2 – Supply and installation of CCTV Equipment to Council owned Buildings. LOT 3 – Maintenance and Servicing to Digital and Analogue CCTV systems and Control Room. LOT 4 – Provision of CCTV Consultancy Services with regards to new and existing CCTV Installations.
UK-Hengoed: closed-circuit television apparatus
2012/S 228-375738
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Caerphilly County Borough Council
Procurement Services, Caerphilly County Borough Council, Penallta House, Tredomen Park, Ystrad Mynach,
For the attention of: Mr Rhys James
CF82 7PG Hengoed
UNITED KINGDOM
Telephone: +44 1443863062
E-mail: jamesrm1@caerphilly.gov.uk
Fax: +44 1443863167
Internet address(es):
General address of the contracting authority: http://www.caerphilly.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
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)
Section II: Object of the contract
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Caerphilly County Borough.
NUTS code UKL
Number of participants to the framework agreement envisaged: 14
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 300 000 GBP
The requirement is to establish a framework of providers that will be able to carry out works within a specific lot under the framework.
The Framework will consist of four (4) lots as detailied below and bidders can apply for one, more or all of the Lots available.
The period of the framework is estimated to be from the 1.2.2013 to 31.1.2016. The Council, reserves the right, subject to satisfactory service provision to extend the contract for a further period of up to one year.
Community Benefits apply to this contract, Further details: As part of this arrangement, companies will be expected to advise if they can provide any Community Benefits or Targeted Recruitment and Training as part of their tender submission. This will be undertaken as a non-core approach and not be scored but will be for information only.
32231000, 32234000, 32235000, 92222000, 79700000
Tenders may be submitted for one or more lots
The lots are as follows:
LOT 1 – Supply and installation of CCTV Equipment to Parks and Open Spaces.
LOT 2 – Supply and installation of CCTV Equipment to Council owned Buildings.
LOT 3 – Maintenance and Servicing to Digital and Analogue CCTV systems and Control Room.
LOT 4 – Provision of CCTV Consultancy Services with regards to new and existing CCTV Installations.
Contractors when working on site can and will be inspected by any of the Councils’ Health and Safety Officers, or other designated Officers at any time during the period of the contract.
Employment on school sites is exempt from the concessions of the Rehabilitation of Offenders Act 1974 and therefore engineers working on school sites during school hours must be the subjects of enhanced CRB Checks, this is additional to standard police checks which is not covered by the BS 7858: 2006 Security Screening of Individuals Employed in a Security Environment.
Contractors must make themselves aware of the contents of the asbestos manual for the premises and sign the asbestos log book.
Where substantial building works are required these will be undertaken in accordance with the JCT Agreement for Minor Works 2005 Edition.
The procurement process for this arrangement will follow a two-stage, Open Tender Procedure. Candidates will be required to pass the selection stage (stage 1) first before proceeding to the Award Criteria stage (stage 2) of the process.
The Selection Questionnaire is the first stage of the procurement process and is designed to provide the Council with the information required to define a list of suitable organisations. This first stage will be scored out of Pass/Fail questions. All companies who pass the selection stage (stage 1) will be accepted to go forward to the Award Criteria stage of the process (stage 2).
The companies that pass through to the Award Criteria stage (stage 2) of the process will then be assessed based on the following Most Economically Advantageous Tender (MEAT) criteria:
PRICE 40 Marks.
Price Scoring Methodology: All price submissions will be scored with the lowest price achieving the highest score and higher priced submissions scoring a lower score.
QUALITY 60 Marks.
The Quality criteria will consist of the following sub criteria:
Quality Submission (60 marks).
60 % of the Quality submission criteria will be based on Companies responses to the following questions contained in the Quality submission. Each question will be scored based on the following scores:
Question 1 – Training & Support (10 Marks).
Question 2 – Innovation & Sustainability (20 Marks).
Question 3 – Project Management (20 Marks).
Question 4 – Qualified Engineers (10 Marks).
As part of the process, the tender will be undertaken utilising Caerphilly CBC”s Proactis Plaza e-tendering system. Therefore, companies are invited to follow the following directions to register on the system:
1. Log in to the Proactis Plaza E-Sourcing Portal at https://www.proactisplaza.com
2. Click the “Register Now” button at the bottom of the window
3. Enter your correct Organisation Name, Details and Primary Contact Details. The system will auto generate the Organisation ID and User Name for you.
4. Please make a note of the Organisation ID and User Name, then click “Register”.
5. You will then receive an email from the system asking you to “Click here to activate your account”. This takes you to Enter Organisation Details.
6. Please enter the information requested, click “Next” and follow the instructions ensuring that you enter all applicable details.
7. In the Enter Product Classification screen please ensure that you select the Product Classification Codes (CPV Codes) that appear in the tender notice.
8. Accept the Terms and Conditions and then click “Next”. This takes you in to the Welcome window.
9. In the “Welcome” window please enter your Organisation name, Organisation ID and User Name (User ID). You now need to create your unique password. Please ensure that you make a note of this along with the other information already recorded.
10. Now click “Done” and you will enter the Supplier Home page.
11. From the Home Page, go to the “Opportunities” area, then search for New Opportunities. Click on the “ID” of the relevant opportunity and then click to register your interest on the relevant button. Click the “Requests from Buyers” command in the Opportunities area. This will take you to the list of current opportunities available to you.
12. Click the Project ID that relates to this notice, this will take you into the Tender Request.
13. Note the closing date for completion of the relevant project. Please review the “Items” tab and the Documents tab as there will be information relating to the project held here.
14. You can now either “Create a Response” to, or “Decline” this opportunity.
Section III: Legal, economic, financial and technical information
(b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding-up or administration by the courts or for an arrangement with creditors or is the subject of any other similar proceeding under national laws or regulations;
(c) has been convicted of an offence concerning his professional conduct by a judgement which has the force of res judicata;
(d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can justify;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under the provisions of the Directive on the criteria for qualitative selection;
Further details of the criteria required to pass the Selection Stage (Stage 1) of the process are included within the Invitation to Tender Document.
Providers will have a Dunn and Bradstreet Financial Assessment undertaken on their company by Caerphilly County Borough Council.
In line with the Industry Average, providers must hold a minimum risk indicator score of 3.
A rating below 3 will mean providers will fail the selection stage of the process.
Further details of the criteria required to pass the Selection Stage (Stage 1) of the process are included within the Invitation to Tender Document.
(b) a list of principal deliveries effected or services provided in the last 3 years and evidence of delivery;
(c) an indication of technicians or technical bodies involved;
(d) a description of technical facilities and measures used to ensure quality;
(f) where appropriate, an indication of the environmental management measures that would be applied when performing the contract;
(h) a statement of tools, plant and equipment available to the supplier;
(i) details of any intended sub-contracting arrangements;
(j) where appropriate, samples, descriptions and photographs of products and quality assurance certificates.
Further details of the criteria required to pass the Selection Stage (Stage 1) of the process are included within the Invitation to Tender Document.
Section IV: Procedure
Section VI: Complementary information
VI.5)Date of dispatch of this notice:22.11.2012