ESPO has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | 628_15 Security and Surveillance Equipment and Services Framework |
Notice type: | Contract Notice |
Authority: | ESPO |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | The framework is for the supply of Security and Surveillance Equipment and provision of associated Services. The requirement will be divided into the following lots:• Lot 1 Design, consultancy, supply and installation, servicing and maintenance of public and private space CCTV.• Lot 2 Design, consultancy, supply and installation, servicing and maintenance of access control• Lot 3 Design, consultancy, supply and installation, servicing and maintenance of intruder detection• Lot 4 Integrated security solution for the design, consultancy, supply and installation, servicing and maintenance of public and private space CCTV, access control and intruder detection• Lot 5 Supply of body worn video camerasWhilst initially for use by local authorities served by ESPO (see www.espo.org for further details), being a Central Purchasing Body as defined by the EU Combined Procurement Directive 2004/18/EC, the Framework Agreement may also be open for use by the following classifications of user throughout all administrative regions of the UK: Local Authority Councils; Educational Establishments (including Academies); Central Government Departments and their Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; Full details of the classification of end user establishments and geographical areas is available on: http://www.espo.org/About-us-%281%29/FAQs/LegalAn eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.In order to express an interest in tendering for this opportunity and obtaining tender documents and/or requesting any further information, please see details below and please ensure you refer to instructions and guidance available: (a) Go to www.eastmidstenders.org, (b) If you are not already registered) Register your company by selecting the ‘Register’ box on the top of the home page, (c) Once registered visit the home page and search for the tender ‘628_15 Security and Surveillance Equipment and Services Framework’ by selecting ‘View Opportunities’, (d) Express an interest by selecting the ‘Register Interest’ box at the bottom of the screen. You should receive a notification email confirming your expression of interest, (e) Once fully registered, you should download the tender from the website, (f) If you have any query regarding the content or require further information, please use the discussion tools provided within the website. If you experience any problems with registration or expression of interest, please refer any queries on Portal operation to support@due-north.com or telephone +44 1670597136. |
Published: | 16/01/2015 14:08 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
ESPO (see www.espo.org)
Barnsdale Way, Grove Park, Enderby, Leicester, LE19 1ES, United Kingdom
Tel. +44 1162657926, Fax. +44 1162944399, Email: tenders@espo.org, URL: www.espo.org
Contact: tenders@espo.org
Electronic Access URL: www.eastmidstenders.org
Electronic Submission URL: www.eastmidstenders.org
Further information can be obtained at: ANNEX A.I
Specifications and additional documents: ANNEX A.II
Tenders or requests to participate must be sent to: ANNEX A.III
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
Other: Local Authority Services
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract: SUPPLIES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: 628_15 Security and Surveillance Equipment and Services Framework
II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
Purchase
Region Codes: UK - UNITED KINGDOM
II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement
II.1.4)Information on framework agreement:
Duration of the framework agreement:
Duration in year(s): 2
Estimated total value of purchases for the entire duration of the framework agreement:
Range between: 4,000,000 and 10,000,000
Currency: GBP
II.1.5)Short description of the contract or purchase:
Security equipment. Repair and maintenance services of security equipment. Closed circuit television services. Security cameras. Closed-circuit television cameras. Closed-circuit surveillance system. Video-surveillance system. Surveillance system. Surveillance and security systems and devices. Repair and maintenance services of audio-visual and optical equipment. Access control system. Burglar-alarm systems. Alarm systems. Alarm-monitoring services. The framework is for the supply of Security and Surveillance Equipment and provision of associated Services. The requirement will be divided into the following lots:• Lot 1 Design, consultancy, supply and installation, servicing and maintenance of public and private space CCTV.• Lot 2 Design, consultancy, supply and installation, servicing and maintenance of access control• Lot 3 Design, consultancy, supply and installation, servicing and maintenance of intruder detection• Lot 4 Integrated security solution for the design, consultancy, supply and installation, servicing and maintenance of public and private space CCTV, access control and intruder detection• Lot 5 Supply of body worn video camerasWhilst initially for use by local authorities served by ESPO (see www.espo.org for further details), being a Central Purchasing Body as defined by the EU Combined Procurement Directive 2004/18/EC, the Framework Agreement may also be open for use by the following classifications of user throughout all administrative regions of the UK: Local Authority Councils; Educational Establishments (including Academies); Central Government Departments and their Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; Full details of the classification of end user establishments and geographical areas is available on: http://www.espo.org/About-us-%281%29/FAQs/LegalAn eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.In order to express an interest in tendering for this opportunity and obtaining tender documents and/or requesting any further information, please see details below and please ensure you refer to instructions and guidance available: (a) Go to www.eastmidstenders.org, (b) If you are not already registered) Register your company by selecting the ‘Register’ box on the top of the home page, (c) Once registered visit the home page and search for the tender ‘628_15 Security and Surveillance Equipment and Services Framework’ by selecting ‘View Opportunities’, (d) Express an interest by selecting the ‘Register Interest’ box at the bottom of the screen. You should receive a notification email confirming your expression of interest, (e) Once fully registered, you should download the tender from the website, (f) If you have any query regarding the content or require further information, please use the discussion tools provided within the website. If you experience any problems with registration or expression of interest, please refer any queries on Portal operation to support@due-north.com or telephone +44 1670597136.
II.1.6)Common Procurement Vocabulary:
35121000 - Security equipment.
50610000 - Repair and maintenance services of security equipment.
92222000 - Closed circuit television services.
35125300 - Security cameras.
32234000 - Closed-circuit television cameras.
32235000 - Closed-circuit surveillance system.
32323500 - Video-surveillance system.
35125000 - Surveillance system.
35120000 - Surveillance and security systems and devices.
50340000 - Repair and maintenance services of audio-visual and optical equipment.
42961100 - Access control system.
31625300 - Burglar-alarm systems.
35121700 - Alarm systems.
79711000 - Alarm-monitoring services.
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:
The value of GBP 4000000 is the estimated potential value based on known participating establishments. The value of participation by the wider public sector cannot be calculated accurately or guaranteed - but has nevertheless been incorporated within a range of GBP 4000000 to GBP 10000000 for the duration (including the extension option referred to at Section II.2.2)
II.2.2)Options: Yes
If yes, description of these options: The framework agreement has the option to extend for up to a further 24 months. The total estimated values stated in Section II.1.4 include the option period.
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Starting: 01/04/2015
Completion: 31/03/2017
Information About Lots
Lot No: 1
Title: Security and surveillance Equipment and Services Framework
1)Short Description:
The requirement will be divided into the following lots:• Lot 1 Design, consultancy, supply and installation, servicing and maintenance of public and private space CCTV.• Lot 2 Design, consultancy, supply and installation, servicing and maintenance of access control• Lot 3 Design, consultancy, supply and installation, servicing and maintenance of intruder detection• Lot 4 Integrated security solution for the design, consultancy, supply and installation, servicing and maintenance of public and private space CCTV, access control and intruder detection• Lot 5 Supply of body worn video camerasFull details on Lots are provided in the Invitation to Tender.
2)Common Procurement Vocabulary:
35121000 - Security equipment.
50610000 - Repair and maintenance services of security equipment.
92222000 - Closed circuit television services.
35125300 - Security cameras.
32234000 - Closed-circuit television cameras.
32235000 - Closed-circuit surveillance system.
32323500 - Video-surveillance system.
35125000 - Surveillance system.
35120000 - Surveillance and security systems and devices.
50340000 - Repair and maintenance services of audio-visual and optical equipment.
42961100 - Access control system.
31625300 - Burglar-alarm systems.
35121700 - Alarm systems.
79711000 - Alarm-monitoring services.
3)Quantity Or Scope: Not Provided
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:
Joint and several liability.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
1. The Supplier agrees that there shall be no discrimination by it against any person with respect to opportunity for employment or conditions of employment, because of age, disability, gender reassignment, marital or civil partner status, pregnancy or maternity, race, colour, nationality, ethnic or national origin, religion or belief, sex or sexual orientation. The Supplier shall in all matters arising in the performance of the Agreement comply with the provisions of the Equality Act 2010 and the Human Rights Act 1998 and all other discrimination legislation.2. This contract will contain a contract monitoring clause which will require suppliers to ensure that their organisation operates within the rating of 30 or more, as shall be determined by use of the credit rating agency, Creditsafe Business Solutions Limited.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
As detailed in the Invitation to Tender.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Minimum Level(s) of standards possibly required:
As detailed in the Invitation to Tender.
III.2.3)Technical capacity
Technical capacity - means of proof required
Minimum Level(s) of standards possibly required:
As detailed in the Invitation to Tender.
III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Open
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: 628_15
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJEU: 2014/S 101 - 176837 of 27/05/2014
Other previous publications: No
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
Date: 16/02/2015
Time: 12:00
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in days: 90
IV.3.8)Conditions for opening tenders
Not Provided
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: Not Provided
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: Not Provided
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=126480624
GO-2015116-PRO-6295713 TKR-2015116-PRO-6295712
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
VI.4.2)Lodging of appeals: ESPO will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2006 (SI 2006 No. 5) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
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: 16/01/2015
ANNEX A
I) Addresses and contact points from which further information can be obtained:
Please see section II.1.5
ESPo, Barnsdale Way, Grove Park, Enderby, Leicester, LE19 1ES, United Kingdom
Email: tenders@espo.org
II) Addresses and contact points from which specifications and additional documents can be obtained:
Please see section II.1.5
ESPO, Barnsdale Way, Grove Park, Enderby, Leicester, LE19 1ES, United Kingdom
Email: tenders@espo.org
III) Addresses and contact points to which tenders/requests to participate must be sent:
Please see section II.1.5
ESPO, Barnsdale Way, Grove Park, Enderby, Leicester, LE19 1ES, United Kingdom
Email: tenders@espo.org
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Organisations stated in section II.1.5
Further information contact ESPO, Barnsdale Way, Grove Park, Enderby, Leicester, LE19 1ES, United Kingdom