Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Council of the Borough of Kirklees, Kirklees Neighbourhood Housing
Perserverance House, St Andrews Road
For the attention of: Barry Goodwin
HD1 6RZ Huddersfield
UNITED KINGDOM
Telephone: +44 1484221000
E-mail: barry.goodwin@knh.org.uk
Internet address(es):
General address of the contracting authority: https://www.kirklees.gov.uk
Address of the buyer profile: https://www.yortender.co.uk
Electronic access to information: https://www.yortender.co.uk
Electronic submission of tenders and requests to participate: https://www.yortender.co.uk/procontracts/supplier/nsf
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 of CCTV Monitoring and Concierge Services.
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 UKE43
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 services. The Council intends to establish a Contract for a supplier to provide CCTV Monitoring Services and Concierge Services over the period of three to four years at Holme Park Court, Berry Brow, Huddersfield and an optional mobile patrol service at a number of Council premises on behalf of Kirklees Neighbourhood Housing, an Arm’s Length Management Organisation managing the housing portfolio. It is intended to award a contract to one supplier to perform the Services initially at the Premises listed in the Specification and as amended from time to time.
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): yes
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:
Estimated value excluding VAT: 254 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: To extend at the Contracting Authority sole discretion for a further period or periods up to 12 months.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (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:
The Contracting Authority reserves the right to require parent or ultimate holding company guarantees and/ore performance bond.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment to be made in accordance with clause 6 of the Contract Conditions contained within the tender documents, including payment within 30 days of valid VAT invoice.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Contracting Authority requires such economic operators to take a particular legal form or to require a single contractor to take primary liability or that each party undertakes joint and several liability.
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
Minimum level(s) of standards possibly required: Set out in the Selection Criteria contained in the Business Questionnaire available from the address as set out in Section 1.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
In accordance with Articles 45 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 and as set out in the Business Questionnaire available from the address as set out in Section 1.
Minimum level(s) of standards possibly required:
Set out in selection criteria contained in the Business Questionnaire available from the address as set out in Section 1.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
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
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 below
1. Price. Weighting 60
2. Quality. Weighting 40
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:
KMCKNH-028
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
27.5.2014 – 13:00
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
Duration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 27.5.2014 – 13:00
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Tender opening officers from the Contracting Authority’s Internal Audit and Corporate Procurement sections authorised to attend.
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
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:
7.4.2014