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 |
View Full Notice
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
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