The Council wishes to (i) upgrade 12 existing CCTV cameras in Basingstoke that are hard wired to an existing CCTV Control Room and install a new camera that will also be hard wired to the Control Room.
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Basingstoke and Deane Borough Council
Civic Offices, London Road
For the attention of: Philip Hargreaves
RG21 4AH Basingstoke
UNITED KINGDOM
Telephone: +44 1256781
E-mail: philip.hargreaves@basingstoke.gov.uk
Fax: +44 1256845200
Internet address(es):
General address of the contracting authority: www.basingstoke.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)
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:
Supply and Installation of CCTV Cameras and Associated Maintenance Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 5: Telecommunications services
NUTS code UKJ3
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 Council wishes to (i) upgrade 12 existing CCTV cameras in Basingstoke that are hard wired to an existing CCTV Control Room and install a new camera that will also be hard wired to the Control Room; and (ii) provide CCTV coverage in Basing View, Basingstoke, with 8 new cameras, new columns, new transmission system to the Control Room and a new digital recorder. The successful supplier will also be required to provide 5 years on-going maintenance services for both sites.
II.1.6)Common procurement vocabulary (CPV)
92222000, 32231000, 32234000, 32235000, 32323500, 35120000, 35125000, 35125300, 50610000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
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 contract requirement will be divided into two lots. Lot 1 will comprise the upgrade 12 existing CCTV cameras in Basingstoke that are hard wired to an existing CCTV Control Room and installation of a new camera that will also be hard wired to the Control Room. This lot will be completed by 31.3.2016. Lot 2 will comprise the provision of CCTV coverage in Basing View, Basingstoke, with 8 new cameras, new columns, new transmission system to the Control Room and a new digital recorder. The successful supplier will also be required to provide on-going maintenance services for both Lots. Suppliers will be required to bid for both Lots, as the authority intends to make a contract award to a single supplier. However, implementation of Lot 2, and the starting date, is still subject to the authority confirming an appropriate budget provision for the scheme. The authority therefore reserves the right not to proceed with Lot 2 should a budget allocation not be confirmed.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)
Information about lots
Lot No: 1Lot title: Top of Town, Basingstoke
1)Short description
Upgrade of 12 existing CCTV cameras in Basingstoke that are hard wired to an existing CCTV Control Room and installation of a new camera that will also be hard wired to the Control Room. The successful supplier will also be required to provide 5 years on-going maintenance services for the site.
2)Common procurement vocabulary (CPV)
92222000, 32231000, 32234000, 32235000, 32323500, 35120000, 35125000, 35125300, 50610000
3)Quantity or scope
Suppliers will be required to bid for both Lots, as the authority intends to make a contract award to a single supplier.
4)Indication about different date for duration of contract or starting/completion
Starting 9.11.2015. Completion 31.3.2016
5)Additional information about lots
Lot No: 2Lot title: Basing View, Basingstoke
1)Short description
Provision of CCTV coverage in Basing View, Basingstoke, with 8 new cameras, new columns, new transmission system to the Control Room and a new digital recorder. The successful supplier will also be required to provide 5 years on-going maintenance services. However, implementation of Lot 2, and the starting date, is still subject to the authority confirming an appropriate budget provision for the scheme. The authority therefore reserves the right not to proceed with Lot 2 should a budget allocation not be confirmed.
2)Common procurement vocabulary (CPV)
92222000, 32231000, 32234000, 32235000, 32323500, 35120000, 35125000, 35125300, 50610000
3)Quantity or scope
Suppliers will be required to bid for both Lots, as the authority intends to make a contract award to a single supplier.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
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
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: As set out in the Invitation to Tender document (and in accordance with Section 58 of The Public Contracts Regulations 2015).
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As set out in the Invitation to Tender document (and in accordance with Section 58 of The Public Contracts Regulations 2015).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As set out in the Invitation to Tender document (and in accordance with Section 58 of The Public Contracts Regulations 2015).
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
Open
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
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
23.9.2015 – 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
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
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
All documentation relating to the tender opportunity, including the return of tender submissions, will be managed via the council’s electronic tendering platform ProContract: www.businessportal.southeastiep.gov.uk. Registration to the portal is free. Once you have expressed an official interest via the South East Business Portal you will receive an automated invitation email from the Business Portal containing a link inviting you to access the Invitation to Tender documents. If you need any assistance or have any queries about using the ProContract system please contact support team on the following details: support@due-north.com or telephone +44 1670597137 (8:30 to 17:30, Monday to Friday).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: This authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into.
If an appeal regarding the award of a contract has not been successfully resolved, the Public Contract Regulations 2015 provide for aggrieved
parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 30 days).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
14.8.2015