Flagship Housing Group: Fire Safety, Warden Call, Door Entry & CCTV Maintenance

  Flagship Housing Group has published this notice through Delta eSourcing

Notice Summary
Title: Fire Safety, Warden Call, Door Entry & CCTV Maintenance
Notice type: Contract Notice
Authority: Flagship Housing Group
Nature of contract: Services
Procedure: Restricted
Short Description: Flagship Housing Group Ltd (Flagship) wishes to establish a multi-lot contract with one or more suppliers for the routine servicing, maintenance and responsive repairs to the following system types across the Flagship Group: Lot 1 – Fire Safety. To include:oFire Alarm SystemsoSmoke Vent SystemsoSprinkler/Water Mist SystemsoEmergency Lighting. Lot 2 – Warden Call Systems and associated Door Entry Systems. Lot 3 – Door entry systems. (General needs residential systems). Lot 4 – CCTV Systems
Published: 27/10/2014 11:23

View Full Notice

UK-Norwich: Burglar and fire alarms.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Flagship Housing Group Ltd
      Keswick Hall, Keswick, Norwich, NR14 7ER, United Kingdom
      Tel. +44 8452586222, Fax. +44 1603255404, Email: assetmanagement.tendering@flagship-housing.co.uk, URL: www.flagship-housing.co.uk, URL: /www.flagship-housing.co.uk/supplier-zone
      Contact: Asset Management, Attn: Mr Steven Fisher
      Electronic Access URL: www.flagship-housing.co.uk/tender-opportunities

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Housing and community amenities

   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: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Fire Safety, Warden Call, Door Entry & CCTV Maintenance
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 1

         Region Codes: UKH1 - East Anglia         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Burglar and fire alarms. Smoke-detection apparatus. Smoke-extraction equipment. Sprinkler systems. Emergency lighting equipment. Intercom equipment. Access control system. Emergency and security equipment. Closed circuit television services. Alarm systems. Flagship Housing Group Ltd (Flagship) wishes to establish a multi-lot contract with one or more suppliers for the routine servicing, maintenance and responsive repairs to the following system types across the Flagship Group: Lot 1 – Fire Safety. To include:oFire Alarm SystemsoSmoke Vent SystemsoSprinkler/Water Mist SystemsoEmergency Lighting. Lot 2 – Warden Call Systems and associated Door Entry Systems. Lot 3 – Door entry systems. (General needs residential systems). Lot 4 – CCTV Systems
         
      II.1.6)Common Procurement Vocabulary:
         31625000 - Burglar and fire alarms.
            FB08-8 - For fire protection
         
         38431200 - Smoke-detection apparatus.
         
         42521000 - Smoke-extraction equipment.
         
         44115500 - Sprinkler systems.
         
         31518200 - Emergency lighting equipment.
         
         32360000 - Intercom equipment.
         
         42961100 - Access control system.
         
         35100000 - Emergency and security equipment.
         
         92222000 - Closed circuit television services.
         
         35121700 - Alarm systems.
         

      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: Yes          
         If yes, tenders should be submitted for: One or more lots

      II.1.9)Information about variants:
         Variants will be accepted: Yes    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Routine servicing, maintenance and responsive repairs to the following system types across the Flagship group: Lot 1 – Fire Safety. To include: Fire Alarm Systems, Smoke Vent Systems, Sprinkler/Water Mist Systems & Emergency Lighting. Lot 2 – Warden Call Systems and associated Door Entry Systems. Lot 3 – Door entry systems. (General needs residential systems). Lot 4 – CCTV Systems.                  
         Estimated value excluding VAT:
         Range between: 750,000 and 1,750,000
         Currency: GBP
               
      
      II.2.2)Options: Yes
         If yes, description of these options: Initial term of 3 years with an option to extend by further periods of up to a total of 2 years. Maximum duration 5 years.                   
         II.2.3)Information about renewals:
            This contract is subject to renewal: Yes
                           Number of possible renewals: Range between: 1 to 4                  
      If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
         Duration in months: 12
         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 36 (from the award of the contract)

   Information About Lots
            
      Lot No: 1
      Title: Fire Safety

      1)Short Description:      
      Fire Safety Routine servicing, maintenance and responsive repairs to Fire Alarm Systems, Smoke Vent Systems, Sprinkler/Water Mist Systems and Emergency Lighting.

      2)Common Procurement Vocabulary:
         31625000 - Burglar and fire alarms.
            FB08-8 - For fire protection
                  38431200 - Smoke-detection apparatus.
                  42521000 - Smoke-extraction equipment.
                  44115500 - Sprinkler systems.
                  31518200 - Emergency lighting equipment.
                  35121700 - Alarm systems.
         
      3)Quantity Or Scope:      
      Fire Safety Routine servicing, maintenance and responsive repairs to Fire Alarm Systems, Smoke Vent Systems, Sprinkler/Water Mist Systems and Emergency Lighting.               
         Value range between: 400,000 and 850,000
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 2
      Title: Warden Call and associated Door Entry Systems

      1)Short Description:      
      Routine servicing, maintenance and responsive repairs to Warden Call Systems and associated Door Entry Systems.

      2)Common Procurement Vocabulary:
         32360000 - Intercom equipment.
                  42961100 - Access control system.
                  35100000 - Emergency and security equipment.
                  35121700 - Alarm systems.
         
      3)Quantity Or Scope:      
      Routine servicing, maintenance and responsive repairs to Warden Call Systems and associated Door Entry Systems.               
         Value range between: 200,000 and 450,000
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 3
      Title: Door entry systems. (General needs residential systems).

      1)Short Description:      
      Routine servicing, maintenance and responsive repairs to Door entry systems (General needs residential systems).

      2)Common Procurement Vocabulary:
         42961100 - Access control system.
                  35100000 - Emergency and security equipment.
         
      3)Quantity Or Scope:      
      Routine servicing, maintenance and responsive repairs to Door entry systems (General needs residential systems).               
         Value range between: 75,000 and 200,000
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 4
      Title: CCTV Systems

      1)Short Description:      
      Routine servicing, maintenance and responsive repairs to CCTV Systems.

      2)Common Procurement Vocabulary:
         92222000 - Closed circuit television services.
         
      3)Quantity Or Scope:      
      Routine servicing, maintenance and responsive repairs to CCTV Systems.               
         Value range between: 75,000 and 200,000
         Currency: GBP      
                     
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
                  
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      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:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         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 of the Authority.

      These are set out in the Pre-Qualification Questionnaire (PQQ) pack.      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
         
         Information and formalities necessary for evaluating if requirements are met:
         These are set out in the Pre-Qualification Questionnaire (PQQ) pack.         
         Minimum Level(s) of standards possibly required:
         These are set out in the Pre-Qualification Questionnaire (PQQ) pack.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         
         Information and formalities necessary for evaluating if requirements are met:
         These are set out in the Pre-Qualification Questionnaire (PQQ) pack.         
         Minimum Level(s) of standards possibly required:
         These are set out in the Pre-Qualification Questionnaire (PQQ) pack.      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Not Provided      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 6 and maximum number: 10         
         Objective Criteria for choosing the limited number of candidates:
         These are set out in the Pre-Qualification Questionnaire (PQQ) pack.   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      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: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 01/12/2014
      Time-limit for receipt of requests for documents or for accessing documents: 13:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 22/12/2014
         Time: 13:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Yes
      Estimated timing for further notices to be published: 3 to 5 years
   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: 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=116040008
GO-20141027-PRO-6118838 TKR-20141027-PRO-6118837
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 27/10/2014

ANNEX A

View any Notice Addenda

View Award Notice

UK-Norwich: Burglar and fire alarms.

Section I: Contracting Authority
   Title: UK-Norwich: Burglar and fire alarms.
   I.1)Name, Addresses and Contact Point(s):
      Flagship Housing Group Ltd
      Keswick Hall, Keswick, Norwich, NR14 7ER, United Kingdom
      Tel. +44 8452586274, Fax. +44 1603255404, Email: assetmanagement.tendering@flagship-housing.co.uk, URL: https://www.flagship-group.co.uk/, URL: https://www.flagship-group.co.uk/supplier-zone
      Contact: Asset Management, Attn: Mr Matt Smith
      Electronic Access URL: www.flagship-housing.co.uk/tender-opportunities

   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Housing and community amenities

   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: Fire Safety, Warden Call, Door Entry & CCTV Maintenance      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 1
         
         Region Codes: UKH1 - East Anglia         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Burglar and fire alarms. Smoke-detection apparatus. Smoke-extraction equipment. Sprinkler systems. Emergency lighting equipment. Intercom equipment. Access control system. Emergency and security equipment. Closed circuit television services. Alarm systems. Flagship Housing Group Ltd (Flagship) wishes to establish a multi-lot contract with one or more suppliers for the routine servicing, maintenance and responsive repairs to the following system types across the Flagship Group: Lot 1 – Fire Safety. To include:oFire Alarm SystemsoSmoke Vent SystemsoSprinkler/Water Mist SystemsoEmergency Lighting. Lot 2 – Warden Call Systems and associated Door Entry Systems. Lot 3 – Door entry systems. (General needs residential systems). Lot 4 – CCTV Systems
      II.1.5)Common procurement vocabulary:
         31625000 - Burglar and fire alarms.
            FB08-8 - For fire protection
         38431200 - Smoke-detection apparatus.
         42521000 - Smoke-extraction equipment.
         44115500 - Sprinkler systems.
         31518200 - Emergency lighting equipment.
         32360000 - Intercom equipment.
         42961100 - Access control system.
         35100000 - Emergency and security equipment.
         92222000 - Closed circuit television services.
         35121700 - Alarm systems.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Value: 1,170,316
         Currency: GBP
         Excluding VAT: Yes

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Quality - 70
         Price - 30
         
      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: Not Provided          
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
          Contract notice    
         Notice number in OJ: 2014/S 209 - 370288 of 27/10/2014
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 30/06/2015      
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: SCCI Alphatrack Ltd
         Postal address: Piper House, 14 West Place, West Road
         Town: Harlow
         Postal code: CM20 2GY
         Country: United Kingdom
         Email: sales@sccialphatrack.co.uk
         Telephone: +44 1279630400
         Internet address: www.sccialphatrack.co.uk
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 234,063
            Currency: GBP

         If annual or monthly value:
            Number of years: 5
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)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, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=151602805
GO-201579-PRO-6774186 TKR-201579-PRO-6774185   
   VI.3.1)Body responsible for appeal procedures:
      Not Provided
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 09/07/2015