The National Gallery: National Gallery Control Room Upgrade

  The National Gallery is using Delta eSourcing to run this tender exercise

Notice Summary
Title: National Gallery Control Room Upgrade
Notice type: Contract Notice
Authority: The National Gallery
Nature of contract: Services
Procedure: Restricted
Short Description: The National Gallery intends to relocate its current Control Room to create a more ergonomically suitable environment and also to create a new secondary Control Room with full functionality which will also act as an Incident Management Room (IMR). A Training Room will also be created with access to all Security Information.
Published: 21/04/2016 14:25
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Security equipment.
Section I: Contracting Authority
      I.1) Name and addresses
             The National Gallery
             Trafalgar Square, London, WC2N 5DN, United Kingdom
             Tel. +44 2077475823, Email: contracting@ng-london.org.uk
             Main Address: http://www.nationalgallery.org.uk
             NUTS Code: UKI1
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Security-equipment./K6GZNT37WX
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/K6GZNT37WX to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Recreation, culture and religion

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: National Gallery Control Room Upgrade       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      35121000 - Security equipment.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The National Gallery intends to relocate its current Control Room to create a more ergonomically suitable environment and also to create a new secondary Control Room with full functionality which will also act as an Incident Management Room (IMR). A Training Room will also be created with access to all Security Information.       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      51000000 - Installation services (except software).
      
      II.2.3) Place of performance:
      UKI1 Inner London
      
      II.2.4) Description of procurement: The National Gallery, which includes the Main building and the Sainsbury Wing Annexe, intends to relocate its current Control Room to create a more ergonomically suitable environment and also to create a new secondary Control Room with full functionality which will also act as an Incident Management Room (IMR). A Training Room will also be created with access to all Security Information.

This contract also involves a complete upgrade of the CCTV systems to form a fully integrated and digitised image management system. This will include the integration of the existing Sateon Access Control and Intruder Alarm System and Picture tagging system to allow images to be switched to selected monitors on alarm.

A new networked key management system will be installed as part of this contract and proposals will be sought for a People Counting System to allow the Gallery to know how many people have entered and exited the building via the several perimeter entry points.

The overall project includes the construction of and Mechanical and Electrical services to these new rooms and this work will be carried out under separate contracts which run prior to and partially overlapping the work under this contract. A limited amount of liaison with the contractors will be required.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 1,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 12       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
            / Maximum number: 7       
      Objective criteria for choosing the limited number of cadidates: as detailed in the pre-qualification information
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      As detailed in the pre-qualification questionnaire    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.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: No

Section IV: Procedure
   IV.1) Description
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 23/05/2016 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 3
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Security-equipment./K6GZNT37WX

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/K6GZNT37WX
   VI.4) Procedures for review
   VI.4.1) Review body:
             The National Gallery
       Trafalgar Square, London, WC2N 5DN, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 21/04/2016

Annex A


View any Notice Addenda

View Award Notice

UK-London: Security equipment.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       The National Gallery
       Trafalgar Square, London, WC2N 5DN, United Kingdom
       Tel. +44 2077475823, Email: contracting@ng-london.org.uk
       Main Address: http://www.nationalgallery.org.uk
       NUTS Code: UKI1

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Recreation, culture and religion

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: National Gallery Control Room Upgrade            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         35121000 - Security equipment.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The National Gallery intends to relocate its current Control Room to create a more ergonomically suitable environment and also to create a new secondary Control Room with full functionality which will also act as an Incident Management Room (IMR). A Training Room will also be created with access to all Security Information.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 940,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            51000000 - Installation services (except software).


      II.2.3) Place of performance
      Nuts code:
      UKI1 - Inner London
   
      Main site or place of performance:
      Inner London
             

      II.2.4) Description of the procurement: The National Gallery, is relocating the current Control Room to create a more ergonomically suitable environment and also to create a new secondary Control Room with full functionality which will also act as an Incident Management Room (IMR), as well as a Training Room with access to all Security Information.

This contract also involves a complete upgrade of the CCTV systems to form a fully integrated and digitised image management system. This will include the integration of the existing Sateon Access Control and Intruder Alarm System and Picture tagging system to allow images to be switched to selected monitors on alarm.

A new networked key management system will be installed as part of this contract and proposals will be sought for a People Counting System to allow the Gallery to know how many people have entered and exited the building via the several perimeter entry points.

      II.2.5) Award criteria:
      Quality criterion - Name: Technical Solution / Weighting: 31
      Quality criterion - Name: Risk Assessment & Method Statement / Weighting: 7
      Quality criterion - Name: Project Plan, Resources & Timeline / Weighting: 18
      Quality criterion - Name: Migration / Weighting: 9
      Quality criterion - Name: Transition/Handover & Support / Weighting: 5
                  
      Cost criterion - Name: Cost / Weighting: 30
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: No

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2016/S 81-143388
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/10/2016

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Securitas Security Services (UK) Ltd
             11-12 Russell Square, London, WC1B 5EH, United Kingdom
             NUTS Code: UKI1
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 940,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  Proportion: 99%                   
         Short description of the part of the contract to be subcontracted:
          design, supply and install sub-contracted; main contractor to manage project          
Section VI: Complementary information

   VI.3) Additional information: 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=223792158

   VI.4) Procedures for review

      VI.4.1) Review body
          The National Gallery
          Trafalgar Square, London, WC2N 5DN, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 20/10/2016