Glasgow 2014 Limited is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Physical Security Systems (PSS) Integrator |
Notice type: | Contract Notice |
Authority: | Glasgow 2014 Limited |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The successful PSS Integrator will operate on behalf of the OC, reporting directly to the Director of Security working with both PSS suppliers and internal and external partners and stakeholders to effectively and efficiently manage and implement all aspects of the physical security overlay intended for 30+ island site venues and sites across the Games footprint which extend to competition, non-competition venues and support sites. The venues relevant to the OC scope of work are located at: • Glasgow • Strathclyde • South Lanarkshire • Dundee, Tayside • Edinburgh Key functional specifications include, but are not limited to the following; • Pre PSS supplier engagement preparations • PSS supplier engagement cost reviews and projections • Security project management • Detailed technical design management • Detailed cost design management • Value engineering • Programme, progress reporting and tracking • Partner and stakeholder management • Integration of venue overlay with security overlay • PSS supplier performance management and reporting • PSS procurement and logistic oversight • Project managing the installation of PSS security overlay • Overseeing the removal of PSS security overlay post event • Assurance • Legacy identification • Close out and final accounts |
Published: | 20/05/2013 14:31 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Glasgow 2014 Limited
Commonwealth House, 32 Albion Street, Glasgow, G1 1LH, United Kingdom
Tel. +44 3020140483
Contact: Kirsteen Mack, Attn: Kirsteen Mack
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:
Recreation, culture and religion
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: Physical Security Systems (PSS) Integrator
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 27
Region Codes: UKM34 - Glasgow City
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:
Investigation and security services. The successful PSS Integrator will operate on behalf of the OC, reporting directly to the Director of Security working with both PSS suppliers and internal and external partners and stakeholders to effectively and efficiently manage and implement all aspects of the physical security overlay intended for 30+ island site venues and sites across the Games footprint which extend to competition, non-competition venues and support sites. The venues relevant to the OC scope of work are located at:
• Glasgow
• Strathclyde
• South Lanarkshire
• Dundee, Tayside
• Edinburgh
Key functional specifications include, but are not limited to the following;
• Pre PSS supplier engagement preparations
• PSS supplier engagement cost reviews and projections
• Security project management
• Detailed technical design management
• Detailed cost design management
• Value engineering
• Programme, progress reporting and tracking
• Partner and stakeholder management
• Integration of venue overlay with security overlay
• PSS supplier performance management and reporting
• PSS procurement and logistic oversight
• Project managing the installation of PSS security overlay
• Overseeing the removal of PSS security overlay post event
• Assurance
• Legacy identification
• Close out and final accounts
II.1.6)Common Procurement Vocabulary:
79700000 - Investigation and security services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
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 successful PSS Integrator will operate on behalf of the OC, reporting directly to the Director of Security working with both PSS suppliers and internal and external partners and stakeholders to effectively and efficiently manage and implement all aspects of the physical security overlay intended for 30+ island site venues and sites across the Games footprint which extend to competition, non-competition venues and support sites. The venues relevant to the OC scope of work are located at:
• Glasgow
• Strathclyde
• South Lanarkshire
• Dundee, Tayside
• Edinburgh
Key functional specifications include, but are not limited to the following;
• Pre PSS supplier engagement preparations
• PSS supplier engagement cost reviews and projections
• Security project management
• Detailed technical design management
• Detailed cost design management
• Value engineering
• Programme, progress reporting and tracking
• Partner and stakeholder management
• Integration of venue overlay with security overlay
• PSS supplier performance management and reporting
• PSS procurement and logistic oversight
• Project managing the installation of PSS security overlay
• Overseeing the removal of PSS security overlay post event
• Assurance
• Legacy identification
• Close out and final accounts
Estimated value excluding VAT:
Range between: 1,000,000 and 1,300,000
Currency: GBP
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Starting: 01/08/2013
Completion: 31/08/2014
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:
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: Not Provided
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
As set out in the ITT documentation
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Minimum Level(s) of standards possibly required:
As set out in the ITT documentation
III.2.3)Technical capacity
Technical capacity - means of proof required
Minimum Level(s) of standards possibly required:
As set out in the ITT documentation
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: 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: G2014/SEC/DL/0014
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: 08/07/2013
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 Not Provided
IV.3.8)Conditions for opening tenders
Not Provided
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: 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-Glasgow:-Investigation-and-security-services./HPS6B94S6U
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/HPS6B94S6U
GO-2013520-PRO-4818267 TKR-2013520-PRO-4818266
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: 20/05/2013
ANNEX A