Provision of a Community Warden Service
Reducing crime and the fear of crime; Supporting older and vulnerable people; Promoting community cohesion; Promoting employment; Supporting resident engagement; and Supporting the Council in responding to civil emergencies.
UK-Hull: Other community, social and personal services
2013/S 088-150030
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Hull City Council
Corporate Procurement Team, Room 94, The Guildhall, Alfred Gelder Street
For the attention of: Mr. Mark McEgan
HU1 2AA Hull
UNITED KINGDOM
Telephone: +44 1482614904
E-mail: mark.mcegan@hullcc.gov.uk
Internet address(es):
General address of the contracting authority: www.hullcc.gov.uk
Further information can be obtained from: Hull City Council YORtender
NA
Contact point(s): www.yortender.co.uk
HU1 2AA Hull
UNITED KINGDOM
Internet address: www.yortender.co.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Hull City Council YORtender
NA
Contact point(s): www.yortender.co.uk
HU1 2AA Hull
UNITED KINGDOM
Internet address: www.yortender.co.uk
Tenders or requests to participate must be sent to: Hull City Council YORtender
Contact point(s): www.yortender.co.uk
HU1 2AA Hull
UNITED KINGDOM
Internet address: www.yortender.co.uk
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:
The Provision of a Community Warden Service.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
NUTS code UKE11
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)
The provision of a warden service will broadly assist the Council and its partners in delivering neighbourhood management by:
— Reducing crime and the fear of crime;
— Supporting older and vulnerable people;
— Promoting community cohesion;
— Promoting employment;
— Supporting resident engagement; and
— Supporting the Council in responding to civil emergencies.
II.1.6)Common procurement vocabulary (CPV)
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 Provision of a Community Warden service broadly assists the Council and its partners in delivering neighbourhood management by:
— Reducing crime and the fear of crime;
— Supporting older and vulnerable people;
— Promoting community cohesion;
— Promoting employment;
— Supporting resident engagement; and
— Supporting the Council in responding to civil emergencies.
Estimated value excluding VAT: 584 250 GBP
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
Duration in months: 19 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
See tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See tender documentation.
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
Information and formalities necessary for evaluating if the requirements are met: See PQQ/ITT documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: See PQQ/ITT documentation.
Minimum level(s) of standards possibly required: See PQQ/ITT documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
See PQQ/Tender documentation.
Minimum level(s) of standards possibly required:
See PQQ/ITT 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
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
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
Objective criteria for choosing the limited number of candidates: See PQQ documentation.
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:
YORE-97AHNH
IV.3.2)Previous publication(s) concerning the same contract
no
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
7.6.2013 – 12:00
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
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
Chief Monitoring Officer
Guildhall Alfred Gelder Street
HU1 2AA Hull
UNITED KINGDOM
Telephone: +44 1482300300
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Alcatel ruling applies.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:3.5.2013