Victoria and Albert Museum is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Contract for the Provision of an Access Control system upgrade including maintenance and associated services at V&A sites |
Notice type: | Contract Notice |
Authority: | Victoria and Albert Museum |
Nature of contract: | Supplies |
Procedure: | Restricted |
Short Description: | The Victoria & Albert (V&A) Museum is planning to replace key components of its Access Control System (ACS) which is currently installed within its South Kensington site in London. The existing system also interfaces with other remote V&A sites. The small amount of equipment installed in these locations will also need to be interconnected via the organisation's data network. The Access Control System upgrade project will primarily involve the replacement of the software application, door controllers and input/output controllers. All ancillary equipment, including power supplies, are to be retained. The project will require very careful planning, high-quality Project Management and a flexible and adaptable approach given the challenges associated with installation works within a public, Grade 1 listed building. |
Published: | 02/11/2020 10:57 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Victoria and Albert Museum
Cromwell Road, Kensington, SW7 2RL, United Kingdom
Tel. +44 2079422229, Email: procurement@vam.ac.uk
Main Address: https://www.vam.ac.uk/
NUTS Code: UKI3
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-Kensington:-Security-software-package./933394DU33
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/933394DU33 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
Body governed by public law
I.5) Main activity
Recreation, culture and religion
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Contract for the Provision of an Access Control system upgrade including maintenance and associated services at V&A sites
Reference Number: VA/CON/17/20
II.1.2) Main CPV Code:
48730000 - Security software package.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The Victoria & Albert (V&A) Museum is planning to replace key components of its Access Control System (ACS) which is currently installed within its South Kensington site in London. The existing system also interfaces with other remote V&A sites. The small amount of equipment installed in these locations will also need to be interconnected via the organisation's data network. The Access Control System upgrade project will primarily involve the replacement of the software application, door controllers and input/output controllers. All ancillary equipment, including power supplies, are to be retained.
The project will require very careful planning, high-quality Project Management and a flexible and adaptable approach given the challenges associated with installation works within a public, Grade 1 listed building.
II.1.5) Estimated total value:
Value excluding VAT: 450,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
50610000 - Repair and maintenance services of security equipment.
45222300 - Engineering work for security installations.
35121000 - Security equipment.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: The following is required under this contract:
- Perform a preliminary site survey to assess the site conditions
- Clearly confirm within their proposal what is included and what needs to be performed by other vendors in advance of commencing the project
- Undertake the system upgrade as described within the tender pack
- Integrate other existing systems and inputs/outputs on-site and at other V&A locations
- Attend all project status meetings set out by the V&A project management team
- Produce project update reports at a frequency defined by the V&A project manager
- Prepare installation drawings that define the position of all equipment, system schematic diagrams, all wiring diagrams in accordance with the design approved by the V&A and ‘as installed’ drawings (PDF and .dwg) that accurately reflect all equipment installed
- Perform a functional test of all new and associated equipment and a full system software test to demonstrate 100% system operation and compliance with the Technical Specification and other tender pack information at the handover stage with the Project Manager and V&A local
representative
- Update the Asset Register with all new equipment defining equipment part numbers, and where applicable, Firmware/Software Versions and warranty end dates
- Issue comprehensive ‘as-installed’ drawings (PDF and .dwg) along with suitable Operating and Maintenance Manuals
- Allow for three sessions of on-site system training to cover basic and advanced user levels,including a troubleshooting guide for general system issues and for the database enablement of the software
- Address any snagging items prior to project completion
- Comply with all national, local and statutory regulations and standards for installation of access control and intrusion alarm systems. If the local statutory regulations require the use of equipment other than the V&A standard equipment, the SI is requested to highlight these
differences in communication with the Project Manager.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The contract shall be for one year of maintenance with the option to extend for any number of periods up to a total of four years.
The contract shall have the option to roll out the system and related services/hardware to other V&A sites.
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:
Must be Cyber Essentials certified (or equivalent such as ISO27001
All installation and maintenance activity should be undertaken by an NSI Gold Certified company that can design and install Access Control Systems to an exacting standard.
Must be approved by, and have the ability to supply at least one of the systems listed below:
LenelS2 – On-Guard
Genetec – Synergis
Tyco – CCure
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
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
Contract performance conditions as stated in the procurement documents
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 RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - 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: 02/12/2020 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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): 3
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 Yes
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-Kensington:-Security-software-package./933394DU33
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/933394DU33
VI.4) Procedures for review
VI.4.1) Review body:
Victoria and Albert Museum
Cromwell Road, Kensington, SW7 2RL, United Kingdom
Tel. +44 2079422229
VI.4.2) Body responsible for mediation procedures:
Not provided
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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 02/11/2020
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Victoria and Albert Museum
Cromwell Road, Kensington, SW7 2RL, United Kingdom
Tel. +44 2079422229, Email: procurement@vam.ac.uk
Main Address: https://www.vam.ac.uk/
NUTS Code: UKI3
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.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Recreation, culture and religion
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Contract for the Provision of an Access Control system upgrade including maintenance and associated services at V&A sites
Reference number: VA/CON/17/20
II.1.2) Main CPV code:
48730000 - Security software package.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The Victoria & Albert (V&A) Museum is planning to replace key components of its Access Control System (ACS) which is currently installed within its South Kensington site in London. The existing system also interfaces with other remote V&A sites. The small amount of equipment installed in these locations will also need to be interconnected via the organisation's data network. The Access Control System upgrade project will primarily involve the replacement of the software application, door controllers and input/output controllers. All ancillary equipment, including power supplies, are to be retained.
The project will require very careful planning, high-quality Project Management and a flexible and adaptable approach given the challenges associated with installation works within a public, Grade 1 listed building.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Lowest offer: 139,053.5 / Highest offer:187,982.48
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
50610000 - Repair and maintenance services of security equipment.
45222300 - Engineering work for security installations.
35121000 - Security equipment.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
Main site or place of performance:
LONDON
II.2.4) Description of the procurement: PLEASE NOTE THIS IS A NOTICE TO PUBLICISE AN AWARD OF CONTRACT AND NOT A NEW CONTRACT OPPORTUNITY. THIS CONTRACT HAS BEEN AWARDED TO ATEC SECURITY LTD AS DETAILED BELOW. PLEASE DO NOT RESPOND TO THIS NOTICE.
The following is required under this contract:
- Perform a preliminary site survey to assess the site conditions
- Clearly confirm within their proposal what is included and what needs to be performed by other vendors in advance of commencing the project
- Undertake the system upgrade as described within the tender pack
- Integrate other existing systems and inputs/outputs on-site and at other V&A locations
- Attend all project status meetings set out by the V&A project management team
- Produce project update reports at a frequency defined by the V&A project manager
- Prepare installation drawings that define the position of all equipment, system schematic diagrams, all wiring diagrams in accordance with the design approved by the V&A and ‘as installed’ drawings (PDF and .dwg) that accurately reflect all equipment installed
- Perform a functional test of all new and associated equipment and a full system software test to demonstrate 100% system operation and compliance with the Technical Specification and other tender pack information at the handover stage with the Project Manager and V&A local
representative
- Update the Asset Register with all new equipment defining equipment part numbers, and where applicable, Firmware/Software Versions and warranty end dates
- Issue comprehensive ‘as-installed’ drawings (PDF and .dwg) along with suitable Operating and Maintenance Manuals
- Allow for three sessions of on-site system training to cover basic and advanced user levels,including a troubleshooting guide for general system issues and for the database enablement of the software
- Address any snagging items prior to project completion
- Comply with all national, local and statutory regulations and standards for installation of access control and intrusion alarm systems. If the local statutory regulations require the use of equipment other than the V&A standard equipment, the SI is requested to highlight these
differences in communication with the Project Manager.
- Provide four years of maintenance, support and related services
II.2.5) Award criteria:
Quality criterion - Name: Quality as broken down in the specification (too complex to state here) / Weighting: 40
II.2.11) Information about options
Options: Yes
Description of these options:The contract shall be for one year of maintenance with the option to extend for any number of periods up to a total of four years.
The contract shall have the option to roll out the system and related services/hardware to other V&A sites.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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 OJEU: 2020/S 217-533941
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 09/03/2021
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
ATEC Security Ltd, 1936399
1 Element Court, Hilton Cross Business Park, Wolverhampton, WV10 7FE, United Kingdom
NUTS Code: UKG39
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 139,053.5
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=577841601
VI.4) Procedures for review
VI.4.1) Review body
Victoria and Albert Museum
Cromwell Road, Kensington, SW7 2RL, United Kingdom
Tel. +44 2079422229
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 10/03/2021