Glasgow 2014 Limited: Physical Security Systems (PSS) Integrator

  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
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-Glasgow: Investigation and security services.

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

View any Notice Addenda

View Award Notice