Dacorum Borough Council : Door Entryphone Systems

  Dacorum Borough Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Door Entryphone Systems
Notice type: Contract Notice
Authority: Dacorum Borough Council
Nature of contract: Services
Procedure: Restricted
Short Description: The services will comprise the servicing, maintenance and replacement of door entryphone systems. The servicesrequired will be for the Council's corporate asset portfolio and housing assets. The contract term will be for a periodof 5 years, extendable up to a maximum of 10 years and is subject to performance and the delivery of the requiredservices in accordance with the overall asset managemeent strategy. The contract to be entered into by the successfuloperator will be the ACA Term Partnering Contract TPC2005 (Amended 2008).
Published: 03/10/2014 09:10
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-Hemel Hempstead, Herts: Repair and maintenance services of electrical and mechanical building installations.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Dacorum Borough Council
      Civic Centre, Marlowes, Hemel Hempstead, Herts, HP1 1HH, United Kingdom
      Tel. +44 1442228263, Email: Andrew.Linden@dacorum.gov.uk, URL: www.dacorum.gov.uk, URL: www.dacorum.gov.uk/procurement
      Contact: Commissioning, Procurement & Compliance, Attn: Andrew Linden

      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:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   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: Door Entryphone Systems
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 1

         Region Codes: UKH23 - Hertfordshire         
      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:
      Repair and maintenance services of electrical and mechanical building installations. Repair and maintenance services of electrical building installations. Installation services of electrical and mechanical equipment. Installation services of electrical equipment. Electrical wiring and fitting work. Electrical wiring work. Electrical fitting work. Electrical engineering installation works. Other electrical installation work. Electrical installation work. Installation of doors. The services will comprise the servicing, maintenance and replacement of door entryphone systems. The servicesrequired will be for the Council's corporate asset portfolio and housing assets. The contract term will be for a periodof 5 years, extendable up to a maximum of 10 years and is subject to performance and the delivery of the requiredservices in accordance with the overall asset managemeent strategy. The contract to be entered into by the successfuloperator will be the ACA Term Partnering Contract TPC2005 (Amended 2008).
         
      II.1.6)Common Procurement Vocabulary:
         50710000 - Repair and maintenance services of electrical and mechanical building installations.
         
         50711000 - Repair and maintenance services of electrical building installations.
         
         51100000 - Installation services of electrical and mechanical equipment.
         
         51110000 - Installation services of electrical equipment.
         
         45311000 - Electrical wiring and fitting work.
         
         45311100 - Electrical wiring work.
         
         45311200 - Electrical fitting work.
         
         45315100 - Electrical engineering installation works.
         
         45317000 - Other electrical installation work.
         
         45310000 - Electrical installation work.
         
         45421131 - Installation of doors.
         

      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: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      The total estimated value of the contract over the anticipated maximum duration of 10 years is between 475,000 and1,300,000 GBP. Dacorum Borough Council (DBC) reserves the right to commission works and services outside ofthe term contract and the term contract does not guarantee any minimum levels of work.Estimated value range between £475,000 and £1,300,000 Currency: GBP                  
         Estimated value excluding VAT:
         Range between: 475,000 and 1,300,000
         Currency: GBP
               
      
      II.2.2)Options: Yes
         If yes, description of these options: The Contract will be awarded for an initial period of 5 years. Following a review, the Authority may decide to extendeither in increments of 12 months or multiples thereof, up to a maximum of 5 years. The total maximum contractperiod that could be achieved is 10 years. The Authority is committed to long term partnering and intends onmaximising the opportunities for long term arrangements and benefit from such arrangements.       
      If known, Provisional timetable for recourse to these options:
                  
         Duration in months: 60 (from the award of the contract)
                            
         II.2.3)Information about renewals:
            This contract is subject to renewal: Yes
                  
         Number of possible renewals: 5
                           
      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      
         Starting: 03/08/2015
         Completion: 02/08/2025

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      A Parent Company Guarantee and/or Performance Bond may be required by DBC, the details of which will be setout in the Invitation to Tender (ITT) and accompanying documentation.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      The terms of payment will be set out in the Invitation to Tender (ITT) and accompanying documentation.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Expressions of interest in response to this contract notice may be submitted by a single bidder or a consortium. TheCouncil reserves the right to require groupings of contractors to take a particular legal form or to require a singlecontractor to take primary liability or to require that each party undertakes joint and several liabilities.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      The selected Bidder will be required to perform the services to the required standards set out in the Invitation toTender (ITT). Under the contract the Service Provider and their supply chain will be required to participate in theachievement of social and/or environmental policy objectives relating to recruitment and training and supply chaininitiatives. Accordingly, the contract performance conditions may relate in particular to social and environmentalconsiderations to be detailed in the contract 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 selected Bidder will be required to perform the services to the required standards set out in the Invitation toTender (ITT). Under the contract the Service Provider and their supply chain will be required to participate in theachievement of social and/or environmental policy objectives relating to recruitment and training and supply chaininitiatives. Accordingly, the contract performance conditions may relate in particular to social and environmentalconsiderations to be detailed in the contract documents.      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         In accordance with Article 47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts Regulations 2006(as amended) and as set out in the prequalification questionnaire, applicants will be required to complete aPre-Qualification Questionnaire (PQQ). The PQQ is available from the address in Annex A, 1 above and must bereturned to that address by the date stipulated in IV.3.4. Expressions of Interest must be in the form of a completedPre-Qualification Questionnaire (PQQ) to be received by the Council via the Council's e-tendering portal athttps://www.delta-esourcing.com
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         In accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations2006 (as amended) and as set out in the prequalification questionnaire, applicants will be required to complete aPre-Qualification Questionnaire (PQQ). The PQQ is available from the address in Annex A, 1 above and must bereturned to that address by the date stipulated in IV.3.4. Expressions of Interest must be in the form of a completedPre-Qualification Questionnaire (PQQ) to be received by the Council via the Council's e-tendering portal athttps://www.delta-esourcing.com      
      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: No       
      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: Yes
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 number of operators: 6
         
         Objective Criteria for choosing the limited number of candidates:
         Envisaged number of 6 bidders will be invited to tender. Bidders will be shortlisted based on criteria set out in thePQQ.   
   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: CPU00301      
      IV.3.2)Previous publication(s) concerning the same contract: 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: 14/11/2014
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 09/01/2015      
      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: No
   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: Expressions of Interest must be in the form of a completed Pre-Qualification Questionnaire (PQQ) to be received bythe Council via the Council's e-tendering portal at https://www.delta-esourcing.com. You must register on this site torespond, if you are already registered you will not need to register again, simply use your existing username andpassword. The deadline for submitting your response is 14/11/14 12:00. Please ensure that you allow yourself plentyof time when responding to this invitation prior to the closing date and time, especially if you have been asked toupload documents. If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on +448452707050 or email helpdesk@delta-esourcing.com. Expressions of interest not submitted in the required format orcontaining all the requested information may be rejected. All communications shall be in English. Tenders, wheninvited, and all supporting documentation must be priced in Sterling and all payments under the Contract will be inSterling. Any contract or agreement resulting from the Invitation to Tender (ITT) will be considered as a Contractmade in England according to English Law and subject to the exclusive jurisdiction of the English Courts. Thecontracting authority does not bind itself to accept any tender and reserves the right to accept any part of any tenderunless the tenderer expressly stipulates to the contrary. DBC is of the view that the EU Business Transfers Directive2001/23/EC may apply to this procurement.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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Hemel-Hempstead%2C-Herts:-Repair-and-maintenance-services-of-electrical-and-mechanical-building-installations./D6VX392S96

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/D6VX392S96
GO-2014103-PRO-6062598 TKR-2014103-PRO-6062597
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Royal Courts of Justice
      The Strand, London, WC2A 2LL, United Kingdom
      Tel. +44 2079476000, URL: www.hmcourts-service.gov.uk

      Body responsible for mediation procedures:
               Centre for Effective Dispute Resolution (CEDR)
         70 Fleet Street, London, EC4Y 1EU, United Kingdom
         Tel. +44 2075366000, Email: info@cedr.com, URL: www.cedr.com

      VI.4.2)Lodging of appeals: In accordance with Regulation 32 and 32A of the Public Contracts Regulations 2006 (as amended), the Authoritywill incorporate a minimum 10 calendar day standstill period starting from the date when the contract award wasnotified to bidders. Unsuccessful bidders will be provided with a debrief in the “Award Decision Notice” at the startof the standstill period including details of their bid in relation to the winning bid comprising the reasons for thedecision, the characteristics and relative advantages of the successful tender, the score of the economic operator andthe name of the economic operator to be awarded the contract. Tenderers have a right of appeal provided for withinthe Public Contracts Regulations 2006 (as amended). Any such proceedings must be brought in the High Court ofEngland & Wales.   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Dacorum Borough Council
      Civic Centre, Marlowes, Hemel Hempstead, Herts, HP1 1HH, United Kingdom
      Tel. +44 1442228263, Email: Andrew.Linden@dacorum.gov.uk, URL: www.dacorum.gov.uk

   VI.5) Date Of Dispatch Of This Notice: 03/10/2014

ANNEX A

View any Notice Addenda

View Award Notice

UK-Hemel Hempstead, Herts: Repair and maintenance services of electrical and mechanical building installations.

Section I: Contracting Authority
   Title: UK-Hemel Hempstead, Herts: Repair and maintenance services of electrical and mechanical building installations.
   I.1)Name, Addresses and Contact Point(s):
      Dacorum Borough Council
      Civic Centre, Marlowes, Hemel Hempstead, Herts, HP1 1HH, United Kingdom
      Tel. +44 1442228263, Email: Andrew.Linden@dacorum.gov.uk, URL: www.dacorum.gov.uk, URL: www.dacorum.gov.uk/procurement
      Contact: Commissioning, Procurement & Compliance, Attn: Andrew Linden

   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      Not Provided

   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: Door Entryphone Systems      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 1
         
         Region Codes: UKH23 - Hertfordshire         
      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):
         Repair and maintenance services of electrical and mechanical building installations. Repair and maintenance services of electrical building installations. Installation services of electrical and mechanical equipment. Installation services of electrical equipment. Electrical wiring and fitting work. Electrical wiring work. Electrical fitting work. Electrical engineering installation works. Other electrical installation work. Electrical installation work. Installation of doors. The services will comprise the servicing, maintenance and replacement of door entryphone systems. The servicesrequired will be for the Council's corporate asset portfolio and housing assets. The contract term will be for a periodof 5 years, extendable up to a maximum of 10 years and is subject to performance and the delivery of the requiredservices in accordance with the overall asset managemeent strategy. The contract to be entered into by the successfuloperator will be the ACA Term Partnering Contract TPC2005 (Amended 2008).
      II.1.5)Common procurement vocabulary:
         50710000 - Repair and maintenance services of electrical and mechanical building installations.
         50711000 - Repair and maintenance services of electrical building installations.
         51100000 - Installation services of electrical and mechanical equipment.
         51110000 - Installation services of electrical equipment.
         45311000 - Electrical wiring and fitting work.
         45311100 - Electrical wiring work.
         45311200 - Electrical fitting work.
         45315100 - Electrical engineering installation works.
         45317000 - Other electrical installation work.
         45310000 - Electrical installation work.
         45421131 - Installation of doors.
      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)
         Not Provided

      
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
         
         Price - 40
         Method Statement Questions - 60
         
      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: CPU00301         
      IV.3.2)Previous publication(s) concerning the same contract: No


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

      V.1)Date Of Contract Award: 11/05/2015      
      V.2) Information About Offers
         Number Of Offers Received: 3          
         Number Of Offers Received By Electronic Means: 3       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: I D Integrated Security Limited
         Postal address: 6 The Progression Centre, Mark Road
         Town: Hemel Hempstead, Herts
         Postal code: HP2 7DW
         Country: United Kingdom
         Email: service@idismail.co.uk
         Telephone: +44 1442257065
         Internet address: http://www.idintegratedsecurity.co.uk
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 475,000
            Currency: GBP

         Total final value of the contract
            Value: 200,800
            Currency: GBP
         If annual or monthly value:
            Number of years: 10
      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:
      Expressions of Interest must be in the form of a completed Pre-Qualification Questionnaire (PQQ) to be received bythe Council via the Council's e-tendering portal at https://www.delta-esourcing.com. You must register on this site torespond, if you are already registered you will not need to register again, simply use your existing username andpassword. The deadline for submitting your response is 14/11/14 12:00. Please ensure that you allow yourself plentyof time when responding to this invitation prior to the closing date and time, especially if you have been asked toupload documents. If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on +448452707050 or email helpdesk@delta-esourcing.com. Expressions of interest not submitted in the required format orcontaining all the requested information may be rejected. All communications shall be in English. Tenders, wheninvited, and all supporting documentation must be priced in Sterling and all payments under the Contract will be inSterling. Any contract or agreement resulting from the Invitation to Tender (ITT) will be considered as a Contractmade in England according to English Law and subject to the exclusive jurisdiction of the English Courts. Thecontracting authority does not bind itself to accept any tender and reserves the right to accept any part of any tenderunless the tenderer expressly stipulates to the contrary. DBC is of the view that the EU Business Transfers Directive2001/23/EC may apply to this procurement.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=145719519
GO-201562-PRO-6646568 TKR-201562-PRO-6646567   
   VI.3.1)Body responsible for appeal procedures:
      Royal Courts of Justice
      The Strand, London, WC2A 2LL, United Kingdom
      Tel. +44 2079476000, URL: www.hmcourts-service.gov.uk

      Body responsible for mediation procedures:
         Centre for Effective Dispute Resolution (CEDR)
         70 Fleet Street, London, EC4Y 1EU, United Kingdom
         Tel. +44 2075366000, Email: info@cedr.com, URL: www.cedr.com
   VI.3.2)Lodging of appeals: In accordance with Regulation 32 and 32A of the Public Contracts Regulations 2006 (as amended), the Authoritywill incorporate a minimum 10 calendar day standstill period starting from the date when the contract award wasnotified to bidders. Unsuccessful bidders will be provided with a debrief in the “Award Decision Notice” at the startof the standstill period including details of their bid in relation to the winning bid comprising the reasons for thedecision, the characteristics and relative advantages of the successful tender, the score of the economic operator andthe name of the economic operator to be awarded the contract. Tenderers have a right of appeal provided for withinthe Public Contracts Regulations 2006 (as amended). Any such proceedings must be brought in the High Court ofEngland & Wales.    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Dacorum Borough Council
      Civic Centre, Marlowes, Hemel Hempstead, Herts, HP1 1HH, United Kingdom
      Tel. +44 1442228263, Email: Andrew.Linden@dacorum.gov.uk, URL: www.dacorum.gov.uk
   
   VI.4)Date Of Dispatch Of This Notice: 02/06/2015