Supply Two-Way Radio with an Integrated GPS Tracking System
Nottingham City Council’s Neighbourhood Services are seeking to implement a private mobile radio network to support its objectives of increasing agility and productivity of its operations.
United Kingdom-Nottingham: Radio, television, communication, telecommunication and related equipment
2014/S 212-375711
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Nottingham City Council
Resources Department, Loxley House, Station Street
For the attention of: Ms Dawn Cafferty
NG2 3NG Nottingham
UNITED KINGDOM
Telephone: +44 1158765888
E-mail: dawn.cafferty@nottinghamcity.gov.uk
Internet address(es):
General address of the contracting authority: www.nottinghamcity.gov.uk
Address of the buyer profile: www.eastmidstenders.org
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
Main site or location of works, place of delivery or of performance: Nottingham.
NUTS code UKF14
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)
Integral to this vision is a system that provides a real time overview of assets and resources and an effective communication method so that colleagues and equipment can be deployed efficiently and effectively.
Neighbourhood Services reactive front line team consists of 50 vehicles and over 200 colleagues and respond to a variety of issues including fly tipping, graffiti and dog fouling. This is in addition to standard services such as bulky waste collection, garden assistance, hedge cutting and events management.
With increasing cuts to funding year after year the requirement to deliver more for less is driving the Council to rethink its operations and a significant element of this is investment to save.
The Council wishes to award a contract for the supply and installation of a radio network on a rental basis, including full maintenance, for a period of 5 years following implementation, commencing in February 2015.
II.1.6)Common procurement vocabulary (CPV)
32000000, 32236000, 50300000, 51311000, 72000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT: 125 000 GBP
II.2.2)Information about options
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion ofthe Authority.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Selection criteria including any minimum standards to be met in relation to economic and financial capacity are detailed in the Invitation to Tender available at I.1.
III.2.3)Technical capacity
Technical capacity will be assessed by completion of a company questionnaire, included in the Invitation toTender, consistent with Directive 2004/18/EC.
Minimum level(s) of standards possibly required:
Selection criteria including any minimum standards to be met in relation to technical capacity are detailed in the Invitation to Tender available at I.1.
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
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
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.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
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.5)Date of dispatch of this notice: