GSTT Procurement - Smart Together: Great Ormond Street Hospital Access Control System Upgrade project

  GSTT Procurement - Smart Together is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Great Ormond Street Hospital Access Control System Upgrade project
Notice type: Contract Notice
Authority: GSTT Procurement - Smart Together
Nature of contract: Supplies
Procedure: Open
Short Description: To provide goods and services that will implement an estate wide upgrade of the access control system (from Granta to Sipass); replacement of access cards (Cotag to Mifare) and to allow integration to other estate systems like parking, CCTV and vending services.
Published: 06/08/2019 14:33
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: Access control system.
Section I: Contracting Authority
      I.1) Name and addresses
             Great Ormond Street Hospital for Children NHS Foundation Trust
             Great Ormond Street, London, WC1N 3JH, United Kingdom
             Tel. +44 7884114995, Email: allen.chan@gstt.nhs.uk
             Contact: allen chan
             Main Address: https://www.gosh.nhs.uk/, Address of the buyer profile: https://www.guysandstthomas.nhs.uk/Home.aspx
             NUTS Code: UKI32
      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: https://www.delta-esourcing.com/tenders/UK-UK-London:-Access-control-system./H33HKB87B4
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent 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: Not provided
      I.4) Type of the contracting authority
            Ministry or any other national or federal authority, including their regional or local subdivisions
      I.5) Main activity
            Health

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Great Ormond Street Hospital Access Control System Upgrade project       
      Reference Number: STW19-P046
      II.1.2) Main CPV Code:
      42961100 - Access control system.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: To provide goods and services that will implement an estate wide upgrade of the access control system (from Granta to Sipass); replacement of access cards (Cotag to Mifare) and to allow integration to other estate systems like parking, CCTV and vending services.       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,200,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKI32 Westminster
      
      II.2.4) Description of procurement: Provision of goods and services to enable an upgrade of the ACS system from Granta to Sipass.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: As per Assessment Questionnaire document (AQ) / Weighting: 40
                        
            As per pricing Information document (PI) - Weighting: 60
                              
      II.2.6) Estimated value:
      Value excluding VAT: 1,200,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 84       
      This contract is subject to renewal: Yes       
      Description of renewals: Depending on the KPI review over the past 7 years the authority reserves the right to extend the support and maintenance service contract by a further 3 years. If it wishes to pursue this, a CCN variation will be issued to the supplier.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      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:          
      Please refer to SQ and ITT requirements    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:
      Please refer to SQ and ITT requirements    
      Minimum level(s) of standards possibly required (if applicable) :       
      Please refer to SQ and SOR requirements    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Please refer to SQ and SOR requirements    
      Minimum level(s) of standards possibly required (if applicable) :          
      As per KPI document
      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.2.2) 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 OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - 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: No       
   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: 10/09/2019 Time: 12:00
            
      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): 4
      
      IV.2.7) Conditions for opening of tenders:
         Date: 11/09/2019
         Time: 12:00
         Place:
         London Bridge
      

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 Yes       
   Electronic invoicing will be accepted Yes       
   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:-Access-control-system./H33HKB87B4

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/H33HKB87B4
   VI.4) Procedures for review
   VI.4.1) Review body:
             Great Ormond Street Hospital for Children NHS Foundation Trust
       Great Ormond Street, London, WC1N 3JH, United Kingdom
       Tel. +44 7884114995, Email: allen.chan@gstt.nhs.uk
       Internet address: https://www.gosh.nhs.uk/
   VI.4.2) Body responsible for mediation procedures:
             TBA
          london, 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 lodging of appeals may be obtained:
          TBA
       london, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 06/08/2019

Annex A


View any Notice Addenda

View Award Notice