Provide CCTV Service to Torbay Council
The aim of this tender process is to provide an improved and appropriate CCTV Service with an upgraded wireless communication system.
United Kingdom-Torquay: Radio, television, communication, telecommunication and related equipment
2016/S 047-078278
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Torbay Council
Procurement Team, ‘The Attic’, Torquay Town hall
For the attention of: Mrs Joanna Pascoe
TQ1 3DR Torquay
UNITED KINGDOM
Telephone: +44 1803208517
E-mail: joanna.pascoe@torbay.gov.uk
Internet address(es):
General address of the contracting authority: http://www.torbay.gov.uk/
Address of the buyer profile: http://www.torbay.gov.uk/procurement
Electronic access to information: http://www.supplyingthesouthwest.org.uk
Electronic submission of tenders and requests to participate: http://www.supplyingthesouthwest.org.uk
Further information can be obtained from: http://www.supplyingthesouthwest.org.uk
UNITED KINGDOM
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: http://www.supplyingthesouthwest.org.uk
UNITED KINGDOM
Tenders or requests to participate must be sent to: http://www.supplyingthesouthwest.org.uk
UNITED KINGDOM
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 5: Telecommunications services
NUTS code UKK42
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The Authority is looking for a Provider to improve the current CCTV Service by designing, supplying, installing and maintaining a system which provides a quality cost effective service that reduces the current revenue costs and provides business growth opportunities.
II.1.6)Common procurement vocabulary (CPV)
32000000, 35000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The Authority is looking for a Provider to improve the current CCTV Service by designing, supplying, installing and maintaining a system which provides a quality cost effective service that reduces the current revenue costs, through capital investment or other service delivery changes and provide business growth opportunities.
The Authority is looking to run a Competitive Procedure with Negotiation (CPN) process.
Estimated value excluding VAT:
Range: between 250 000 and 1 000 000 GBP
II.2.2)Information about options
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.1.1)Deposits and guarantees required:
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
Description of particular conditions: Please refer to the tender documents.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Any organisation will be rejected where they do not comply with the requirements set out in in Regulation 57 ‘Mandatory Exclusions’ of the Public Contracts Regulations 2015. Any organisation may be rejected where they do not comply with the requirements set out in in Regulation 57 ‘Discretionary Exclusions’ of the Public Contracts Regulations 2015.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Will be detailed in the Selection Questionnaire and are as set out in Regulation 58 of the Public Contracts Regulations 2015.
III.2.3)Technical capacity
Will be detailed in the Selection Questionnaire and are as set out in Regulation 58 of the Public Contracts Regulations 2015.
Minimum level(s) of standards possibly required:
Will be detailed in the Selection Questionnaire and are as set out in Regulation 58 of the Public Contracts Regulations 2015.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: As per Stage One of the tendering process as described within the procurement documents as detailed and attached within the Authority’s e-Tendering system. The Authority shall negotiate with Applicants on the initial and all subsequent tenders submitted, except for the final tender, to improve the content. The minimum requirements and the award criteria are not subject to these negotiations. The Authority reserves the right to award the Contract on the basis of the initial tenders without negotiation being undertaken. During the negotiations, the Authority shall (a) inform all Applicants, whose tenders have not been eliminated, of any changes to the technical specifications or other procurement documents; (b) following any such changes, provide sufficient time to modify and re-submit amended tenders, as appropriate. The Authority reserves the right to undertake negotiation in successive stages in order to reduce the number of Applicants by applying the award criteria specified. The Authority will inform the remaining Applicants when it intends to conclude negotiations. A tender submission deadline will be set to submit the final revised tenders.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2016/S 009-011657 of 14.1.2016
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
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
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
This Contract is not being divided into Lots. This is because it is not practical due to the nature of the Contract. Tenders and Negotiations; The Authority shall negotiate with Applicants on the initial and all subsequent tenders submitted, except for the final tender, to improve the content. The minimum requirements and the award criteria are not subject to these negotiations. The Authority reserves the right to award the Contract on the basis of the initial tenders without negotiation being undertaken. During the negotiations, the Authority shall: (a) inform all Applicants, whose tenders have not been eliminated, of any changes to the technical specifications or other procurement documents; (b) following any such changes, provide sufficient time to modify and re-submit amended tenders, as appropriate. The Authority reserves the right to undertake negotiation in successive stages in order to reduce the number of Applicants by applying the award criteria specified. The Authority will inform the remaining Applicants when it intends to conclude negotiations. A tender submission deadline will be set to submit the final revised tenders. The Invitation to Tender (ITT) documents will be made available through the Contracting Authority’s e-tendering portal Supplying the South West (ProContract): www.supplyingthesouthwest.org.ukApplicants can access the tender documents without being registered on the e-tendering portal, but will need to register in order to submit a bid. In accordance with Regulation 59 of the UK Public Contract Regulations 2015 and EU Implementing Regulation 2016/7 the Authority will accept submission of the following parts/sections of the European Single Procurement Document (ESPD) as part of any submission: — ESPD Part II (A, B, C & D) in place of 1. Supplier Information of Stage 1 Standardised Pre-Qualification Questionnaire. — ESPD Part III (A & B) in place of 2. Grounds for Mandatory Exclusion of Stage 1 Standardised Pre-Qualification Questionnaire. — ESPD Part III (C & D) in place of 3. Grounds for Discretionary Exclusion of Stage 1 Standardised Pre-Qualification Questionnaire.
VI.4.1)Body responsible for appeal procedures
The United Kingdome does not have a specific body for the lodging of appeals
UNITED KINGDOM
Body responsible for mediation procedures
http://www.torbay.gov.uk/index/yourbusiness/procurement/tenderprocess/tendercomplaints.htm
UNITED KINGDOM
VI.5)Date of dispatch of this notice: