Cambridgeshire Fire and Rescue Service : Provision, Installation and Maintenance of Security and Access Control

  Cambridgeshire Fire and Rescue Service is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Provision, Installation and Maintenance of Security and Access Control
Notice type: Contract Notice
Authority: Cambridgeshire Fire and Rescue Service
Nature of contract: Supplies
Procedure: Restricted
Short Description: The successful Contractor will provide an Access Security System and as a minimum (but not limited to) the following range of services will be provided under the contract: • Centrally controlled Automatic Access Control System (AACS) for 29 Operational and training buildings • Centrally controlled Automatic Access Control System for the Authority’s Headquarters (SHQ) • Centrally controlled Identity Management System for all staff, contractors and visitors • Keyless padlocks – to use same proximity system as AACS • Key storage lockers with proximity access integrated with the AACS • 360 degree HD quality CCTV on SHQ building and surrounding grounds • Car barrier with two way simultaneous access • Automatic number plate recognition camera • Maintenance and servicing contract • Management of alarms and incidents by Alarm Response Centre
Published: 05/02/2014 14:37
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-Huntingdon: Surveillance and security systems and devices.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Cambridgeshire and Peterborough Fire Authority
      Hinchingbrooke Cottage, Brampton Road, Huntingdon, PE29 2NA, United Kingdom
      Tel. +44 01480444635, Email: procurement@cambsfire.gov.uk, URL: www.cambsfire.gov.uk
      Contact: procurement@cambsfire.gov.uk, Attn: Procurement Team
      Electronic Submission URL: www.delta-esourcing.com

      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:
      Other: Fire and Rescue Service

   I.3) Main activity:
      Other: Fire and Rescue Service

   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: SUPPLIES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Provision, Installation and Maintenance of Security and Access Control
      II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
         Rental

         Region Codes: UKH - EAST OF ENGLAND         
      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:
      Surveillance and security systems and devices. Security equipment. Security cameras. Electronic security lock. The successful Contractor will provide an Access Security System and as a minimum (but not limited to) the following range of services will be provided under the contract:

•   Centrally controlled Automatic Access Control System (AACS) for 29 Operational and training buildings
•   Centrally controlled Automatic Access Control System for the Authority’s Headquarters (SHQ)
•   Centrally controlled Identity Management System for all staff, contractors and visitors
•   Keyless padlocks – to use same proximity system as AACS
•   Key storage lockers with proximity access integrated with the AACS
•   360 degree HD quality CCTV on SHQ building and surrounding grounds
•   Car barrier with two way simultaneous access
•   Automatic number plate recognition camera
•   Maintenance and servicing contract
•   Management of alarms and incidents by Alarm Response Centre
         
      II.1.6)Common Procurement Vocabulary:
         35120000 - Surveillance and security systems and devices.
         
         35121000 - Security equipment.
         
         35125300 - Security cameras.
         
         44521120 - Electronic security lock.
         

      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: Not Provided   
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Provision, Installation and Maintenance of Security and Access Control. The scope of the contract will be detailed within the specification for suppliers invited to tender      
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 60 (from the award of the contract)

   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:
      30 days from date of invoice (further details will be contained within the ITT conditions of contract)
      
      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: No       
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      Will be on the basis on the information submitted in the PQQ      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.

      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         Will be on the basis of the information submitted in the PQQ      
      III.2.4)Information about reserved contracts: Not Provided
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:
                        
         Objective Criteria for choosing the limited number of candidates:
         Envisaged minimum number 5, and maximum number 11   
   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: P062      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 05/02/2014
      Time-limit for receipt of requests for documents or for accessing documents: 16:30
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 14/03/2014
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 07/04/2014      
      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: 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-Huntingdon:-Surveillance-and-security-systems-and-devices./R4FM9RTE53

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/R4FM9RTE53
GO-201425-PRO-5440233 TKR-201425-PRO-5440232
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      The High Court of Justice of England and Wales
      The Strand, London, WC2A 2LL, United Kingdom
      Tel. +44 2079476000, URL: www.justice.gov.uk/courts

      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: 05/02/2014

ANNEX A

View any Notice Addenda

View Award Notice

UK-Huntingdon: Surveillance and security systems and devices.

Section I: Contracting Authority
   Title: UK-Huntingdon: Surveillance and security systems and devices.
   I.1)Name, Addresses and Contact Point(s):
      Cambridgeshire and Peterborough Fire Authority
      Hinchingbrooke Cottage, Brampton Road, Huntingdon, PE29 2NA, United Kingdom
      Tel. +44 01480444635, Email: procurement@cambsfire.gov.uk, URL: www.cambsfire.gov.uk
      Contact: procurement@cambsfire.gov.uk, Attn: Procurement Team
      Electronic Submission URL: www.delta-esourcing.com

   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: Provision, Installation and Maintenance of Security and Access Control      
      II.1.2)Type of contract and location of works:
         SUPPLIES
)Rental
         Region Codes: UKH - EAST OF ENGLAND         
      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):
         Surveillance and security systems and devices. Security equipment. Security cameras. Electronic security lock. The successful Contractor will provide an Access Security System and as a minimum (but not limited to) the following range of services will be provided under the contract:•Centrally controlled Automatic Access Control System (AACS) for 29 Operational and training buildings•Centrally controlled Automatic Access Control System for the Authority’s Headquarters (SHQ)•Centrally controlled Identity Management System for all staff, contractors and visitors•Keyless padlocks – to use same proximity system as AACS•Key storage lockers with proximity access integrated with the AACS•360 degree HD quality CCTV on SHQ building and surrounding grounds•Car barrier with two way simultaneous access•Automatic number plate recognition camera•Maintenance and servicing contract•Management of alarms and incidents by Alarm Response Centre
      II.1.5)Common procurement vocabulary:
         35120000 - Surveillance and security systems and devices.
         35121000 - Security equipment.
         35125300 - Security cameras.
         44521120 - Electronic security lock.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No
   
   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
         
         Technical - 1740
         Price - 1160
         
      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: P062         
      IV.3.2)Previous publication(s) concerning the same contract: No


Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: P062
      
      Title: Provision, Installation & Maintenance of Security & Access Control

      V.1)Date Of Contract Award: 01/09/2014      
      V.2) Information About Offers
         Number Of Offers Received: 2          
         Number Of Offers Received By Electronic Means: 2       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Tensor PLC
         Postal address: Hail Weston House, Hail Weston
         Town: St Neots
         Postal code: PE19 5JY
         Country: United Kingdom
         Email: sales@tensor.co.uk
         Telephone: +44 1480215530
         Fax: +44 1480223966
         Internet address: www.tensor.co.uk
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 328,956
            Currency: GBP

      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:
      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=115307068
GO-2014107-PRO-6070664 TKR-2014107-PRO-6070663   
   VI.3.1)Body responsible for appeal procedures:
      The High Court of Justice of England and Wales
      The Strand, London, WC2A 2LL, United Kingdom
      Tel. +44 2079476000, URL: www.justice.gov.uk/courts
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 07/10/2014