Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

CCTV Security Monitoring and Guarding.

  • First published: 30 July 2014
  • Last modified: 30 July 2014

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Northampton Borough Council
Authority ID:
AA23349
Publication date:
30 July 2014
Deadline date:
08 September 2014
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

As part of its Community Safety objectives, Northampton Borough Council operates a Security Monitoring Service which is managed by the Community Safety Section within the Customer and Communities Directorate.

The Services comprise 2 main elements:

A Monitoring Service including:

— A CCTV monitoring service of approximately 472 cameras, with links to areas of Northampton and Wellingborough;

— Automatic Number Plate Recognition (ANPR) monitoring service on behalf of the Northamptonshire Police Authority;

— Retail Radio and Pubwatch links;

Supporting the Emergency Planning of the Council.

Provide match day CCTV cover for Northampton Town FC as and when required.

A Guarding Service.

Guarding services at the Council's Bus Station.

Supervision of the St Johns pay-on-foot car park in the evenings combined with the provision of static and mobile guarding patrols for other premises.

Guarding services at the Guildhall.

The Council is seeking one Contractor to supply both the Monitoring and Guarding Services.

TUPE

The Services are currently performed by an external contractor who has indicated that the Transfer of Undertakings (Protection of Employment) Regulations are likely to apply to the contractor's employees currently carrying out the Services.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Northampton Borough Council

The Guildhall, St Giles Square

Northampton

NN1 1DE

UK

Mr Eric Whelan

+44 1604363762

ewhelan@northamptonshire.gov.uk





Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

CCTV Security Monitoring and Guarding.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

23

II.1.2)

Main site or location of works, place of delivery or performance

Northampton.



UKF23

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

As part of its Community Safety objectives, Northampton Borough Council operates a Security Monitoring Service which is managed by the Community Safety Section within the Customer and Communities Directorate.

The Services comprise 2 main elements:

A Monitoring Service including:

— A CCTV monitoring service of approximately 472 cameras, with links to areas of Northampton and Wellingborough;

— Automatic Number Plate Recognition (ANPR) monitoring service on behalf of the Northamptonshire Police Authority;

— Retail Radio and Pubwatch links;

Supporting the Emergency Planning of the Council.

Provide match day CCTV cover for Northampton Town FC as and when required.

A Guarding Service.

Guarding services at the Council's Bus Station.

Supervision of the St Johns pay-on-foot car park in the evenings combined with the provision of static and mobile guarding patrols for other premises.

Guarding services at the Guildhall.

The Council is seeking one Contractor to supply both the Monitoring and Guarding Services.

TUPE

The Services are currently performed by an external contractor who has indicated that the Transfer of Undertakings (Protection of Employment) Regulations are likely to apply to the contractor's employees currently carrying out the Services.

II.1.6)

Common Procurement Vocabulary (CPV)

79713000
79714000
79715000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.3)

Duration of the contract or limit for completion

 1-4-2015 31-3-2018

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 Terms of financing and payment and/or reference to the relevant provisions

These will be set out in the tender documents.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

Any group of economic operators must take a form which can contract in English law or must accept joint and several liability.

III.1.4)

Other particular conditions to which the performance of the contract is subject

These will be set out in the tender documents.

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


The Council's requirements are detailed in the pre-qualification questionnaire (PQQ).

III.2.2)

Economic and financial capacity


The Council's requirements are detailed in the PQQ.



As detailed in the PQQ.


III.2.3)

Technical capacity


The Council's requirements are detailed in the PQQ.



As detailed in the PQQ.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

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

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

315

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 08-09-2014  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

The Council would like to inform all potential suppliers that the CPV coding used in this contract notice is for indicative purposes only and suppliers are advised to refer to II.1.5 for a short description of the requirements.

The Council reserves the right to discontinue the procurement process at any time, which shall include the right not to award any contract and do not bind themselves to accept the lowest tender or any tender received or to call for new tenders if it is considered necessary, without liability.

Please note the date mentioned in IV.3.5 is an estimated date. The Council shall not be liable for any costs or expenses incurred by any tenderer in connection with the completion and return of the information requested or in the completion and submission of any tender.

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.

All documents for this tender will be available from the Council's e-procurement system.

All potential contractors will need to register with Due North at www.lgssprocurementportal.co.uk to obtain the documents.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


High Court

Royal Courts of Justice The Strand

London

WC2A 2LL

UK




Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

The Council will incorporate a minimum 10 calendar-day standstill period at the point information on the award of contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Council before the contract is entered into. Such information should be requested from the address stated in section I.1 above. If an appeal regarding the award of Contract has not been successfully resolved, the Public Contracts Regulations 2006 (SI 2006no5) as amended by the Public Contracts (Amendments) Regulations 2009 (SI 2009 No 2992) provide for aggrieved parties who have been harmed, or are at risk of harm, by breach of the rules, to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly. Where a Contract has not been entered into the Court may order the setting aside of the award decision or order the Council to amend any document and may award damages. If the Contract has been entered into the Court may order the ineffectiveness of a Contract where serious rule breaches have occurred in addition to any fine, the Court may instead provide for alternative penalties either contract shortening, fines or both.

VI.4.3)

Service from which information about the lodging of appeals may be obtained


Paul White — Head of Procurement for LGSS

John Dryden House 8 -10, The Lakes

Northampton

NN4 7YD

UK




VI.5)

Dispatch date of this Notice

 25-07-2014

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



CCTV Security Monitoring and Guarding








www.lgssprocurementportal.co.uk

II)

Address and contact points from which specifications and additional documentation may be obtained



CCTV Security Monitoring and Guarding








www.lgssprocurementportal.co.uk

III)

Address and contact points to which Tenders/Requests to Participate must be sent



CCTV Security Monitoring and Guarding








www.lgssprocurementportal.co.uk

Coding

Commodity categories

ID Title Parent category
79713000 Guard services Security services
79715000 Patrol services Security services
79714000 Surveillance services Security services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
ewhelan@northamptonshire.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.