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 |
View Full Notice
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