Tender

Closed Circuit Television and Intruder Alarms - Supply, Installation, Maintenance Services

  • Halton Borough Council

F02: Contract notice

Notice identifier: 2024/S 000-031803

Procurement identifier (OCID): ocds-h6vhtk-04a5b0

Published 4 October 2024, 8:42am



Section one: Contracting authority

one.1) Name and addresses

Halton Borough Council

Municipal Building, Kingsway

Widnes

WA8 7QF

Contact

Ms Alexandra Blackburn

Email

alexandra.blackburn@halton.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

http://www2.halton.gov.uk

Buyer's address

http://www2.halton.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.The-Chest.org.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.The-Chest.org.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Closed Circuit Television and Intruder Alarms - Supply, Installation, Maintenance Services

Reference number

DN744550

two.1.2) Main CPV code

  • 50610000 - Repair and maintenance services of security equipment

two.1.3) Type of contract

Services

two.1.4) Short description

The purpose of these Contracts are to provide the following services for Halton Borough Council owned and managed buildings within the borough:

Lot 1: CCTV

Inspection, Supply, Installation, Repair, Maintenance and Fitting of Closed Circuit Television, and associated Recording and Ancillary Equipment.

The scope of this contract includes:

Equipment and recording systems situated on the authority’s public buildings and schools.

Scheduled annual inspection, servicing and repair/replacement of cameras, recording and ancillary equipment.

Lot 2: Intruder Alarms

Servicing and Monitoring of intruder alarm systems

Response maintenance of intruder alarm systems

Installation of new systems, the extension and amendment of existing systems

two.1.5) Estimated total value

Value excluding VAT: £300,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Supply, Installation and Maintenance of Closed Circuit Television and associated Recording and Ancillary Equipment

Lot No

1

two.2.2) Additional CPV code(s)

  • 32234000 - Closed-circuit television cameras

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Within the Borough of Halton

two.2.4) Description of the procurement

Inspection, Supply, Installation, Repair, Maintenance and Fitting of Closed Circuit Television, and associated Recording and Ancillary Equipment.

The scope of this contract includes:

Equipment and recording systems situated on the authority’s public buildings and schools.

Scheduled annual inspection, servicing and repair/replacement of cameras, recording and ancillary equipment.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £150,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

There is no guarantee regarding the contract value. Not all work is known at

this time so the figures in this notice are purely estimates.

two.2) Description

two.2.1) Title

Servicing and Monitoring, response maintenance and the installations of Intruder Alarm Systems

Lot No

2

two.2.2) Additional CPV code(s)

  • 31625300 - Burglar-alarm systems

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Within the borough of Halton.

two.2.4) Description of the procurement

Servicing and Monitoring of intruder alarm systems

Response maintenance of intruder alarm systems

Installation of new systems, the extension and amendment of existing systems

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £150,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

There is no guarantee regarding the contract value. Not all work is known at

this time so the figures in this notice are purely estimates.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Please refer to the procurement documents at www.The-Chest.org.uk for details

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

Please refer to the procurement documents at www.The-Chest.org.uk for details

three.2.2) Contract performance conditions

Please refer to the procurement documents at www.The-Chest.org.uk for details

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

15 November 2024

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

15 November 2024

Local time

3:00pm

Place

Online on the Chest website.

Information about authorised persons and opening procedure

HBC Procurement Team


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Approx. Autumn 2027.

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

To bid for this opportunity please register as a supplier at www.the-chest.org.uk and express

your interest in the opportunity via the Chest. All of the procurement documentation will be

available on the Chest website to view and complete.

Any queries can be raised using the messaging facility on the Chest website.

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service, Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom