Izabela Skowronek: Responsive Repairs of Door Entry Systems to include: System Replacement; Installation, Service, Maintenance and associated equipment, citywide, Leicester 2014-2016

  Izabela Skowronek is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Responsive Repairs of Door Entry Systems to include: System Replacement; Installation, Service, Maintenance and associated equipment, citywide, Leicester 2014-2016
Notice type: Contract Notice
Authority: Izabela Skowronek
Nature of contract: Services
Procedure: Restricted
Short Description: Leicester City Council wishes to appoint a qualified and experienced Electronic Door Access Systems contractor to carry out System Replacement; Installation, service, maintenance and associated equipment Door Entry Systems within the Leicester City Council Housing Stock. The anticipated commencement date is approximately may 2014 and will operate for a period of 2 years with an option to extend for a further 1+ 1 + 1 years, dependent upon the contractor's performance at the end of Year 2 and this shall be at Leicester City Council's sole discretion. This contract shall be a "call off Contract". There will be no guarantee or value of work given under this contract and it will signed on a non-exclusivity basis.
Published: 24/01/2014 15:47
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-LEICESTER: Access control system.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Leicester City Council
      B Block, 6th Floor, New Walk Centre, Welford Place, LEICESTER, LE1 6ZG, United Kingdom
      Tel. +44 1164544024, Email: seamus.hayes@leicester.gov.uk
      Electronic Submission URL: https://www.delta-esourcing.com/tenders/UK-LEICESTER:-Access-control-system./X6NYAN6KY8

      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:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   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: Responsive Repairs of Door Entry Systems to include: System Replacement; Installation, Service, Maintenance and associated equipment, citywide, Leicester 2014-2016
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 1

         Region Codes: UKF21 - Leicester         
      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:
      Access control system. Surveillance and security systems and devices. Security fittings. Security equipment. Magnetic-card system. Electrotechnical equipment. Installation of doors and windows and related components. Windows, doors and related items. Building installation work. Electrical installation work. Electrical wiring and fitting work. Leicester City Council wishes to appoint a qualified and experienced Electronic Door Access Systems contractor to carry out System Replacement; Installation, service, maintenance and associated equipment Door Entry Systems within the Leicester City Council Housing Stock. The anticipated commencement date is approximately may 2014 and will operate for a period of 2 years with an option to extend for a further 1+ 1 + 1 years, dependent upon the contractor's performance at the end of Year 2 and this shall be at Leicester City Council's sole discretion. This contract shall be a "call off Contract". There will be no guarantee or value of work given under this contract and it will signed on a non-exclusivity basis.
         
      II.1.6)Common Procurement Vocabulary:
         42961100 - Access control system.
         
         35120000 - Surveillance and security systems and devices.
         
         35121300 - Security fittings.
         
         35121000 - Security equipment.
         
         35123100 - Magnetic-card system.
         
         31730000 - Electrotechnical equipment.
         
         45421100 - Installation of doors and windows and related components.
         
         44221000 - Windows, doors and related items.
         
         45300000 - Building installation work.
         
         45310000 - Electrical installation work.
         
         45311000 - Electrical wiring and fitting work.
         

      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:
      The works included in this contact is the Maintenance/Service/Refurbishment and Installation of new electronic Door Access systems in the Leicester City Council Housing Stock, which currently has approximately 650 systems. New Installations and Refurbishments are dependent on allocated budgets per annum. The contractor shall be required to offer a 24 hour Emergency Call-Out Service, with a maximum 2 hour response time. The contractor shall be qualified and experienced and be able to demonstrate a proven track record and technical competence in the Installation and Maintenance of Door Access Control Systems of varying complexity. All 240 volt AC supplies will also form part of the contract and shall be installed in compliance with current requirements for electrical installation as published by the Institute of Engineering and Technology or equivalent. All electrical works shall be carried out by an electrical contractor who shall be a member of a registered competent electrical body which shall include the E.C.A. or N.I.C.E.I.C. or equivalent. The works comprise mainly for the reactive maintenance and possible proactive maintenance of the existing communal door access systems, possible New Door entry installations and Door entry refurbishments, located in the City Councils Housing Stock. The installations, in the main, comprise circa 600 No stand-alone door entry systems with one hard wired networked installation serving 5 No multi occupancy low rise residential blocks which are monitored using a computerized monitoring system.

The supply and installation of electronic door entry control panels, component parts, handsets, portcullis type wooden and steel security doors, power supplies, electronic card readers, electronic locks, electronic magnets, cabling, trunking, conduit and electrical accessories.
The proposed services will be to the Council’s housing stock, which include dwellings of various types consisting of: flats, maisonettes, tower blocks and sheltered housing schemes, etc.

The main door electronic control panels shall be D.D.A. compliant. (Disability Discrimination Act) or equivalent based on the International Disability Rights and the UN Convention. Interested organisations shall complete a Pre-Qualification Questionnaire (PQQ) and this document shall be used in the initial evaluation process. Thus producing a list of selected tenderers.         
         Estimated value excluding VAT: 4,000,000
         Currency: GBP
                        
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 24 (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:
      The provision of appropriate guarantees, bonds and warranties is reserved.
      
      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:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      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:
         AS PER THE CONTRACT 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: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
               
         Envisaged number of operators: 5
   
   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: Not Provided
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: Not Provided
      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:


         Not Provided      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 28/02/2014
         Time: 16:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 17/03/2014      
      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: Not Provided
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Not Provided      
   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-LEICESTER:-Access-control-system./X6NYAN6KY8

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/X6NYAN6KY8
GO-2014124-PRO-5413293 TKR-2014124-PRO-5413292
   
   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: 24/01/2014

ANNEX A

View any Notice Addenda

View Award Notice

UK-LEICESTER: Access control system.

Section I: Contracting Authority
   Title: UK-LEICESTER: Access control system.
   I.1)Name, Addresses and Contact Point(s):
      Leicester City Council
      City Hall, 115 Charles Street, LEICESTER, LE1 1FZ, United Kingdom
      Tel. +44 1164544024, Email: procurement@leicester.gov.uk
      Electronic Submission URL: https://www.delta-esourcing.com/tenders/UK-LEICESTER:-Access-control-system./X6NYAN6KY8

   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   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: Responsive Repairs of Door Entry Systems: System Replacement; Installation, Service, Maintenance and associated equipment, citywide, Leicester 2014-2016      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 1
         
         Region Codes: UKF21 - Leicester         
      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):
         Access control system. Surveillance and security systems and devices. Security fittings. Security equipment. Magnetic-card system. Electrotechnical equipment. Installation of doors and windows and related components. Windows, doors and related items. Building installation work. Electrical installation work. Electrical wiring and fitting work. Leicester City Council wishes to appoint a qualified and experienced Electronic Door Access Systems contractor to carry out System Replacement; Installation, service, maintenance and associated equipment Door Entry Systems within the Leicester City Council Housing Stock. The contract will operate for a period of 2 years with an option to extend for a further 1 + 1 + 1 years, dependent upon the contractor's performance at the end of year 2 and this shall be at Leicester City Council's sole discretion. There will be no guarantee or value of work given under this contract and it will signed on a non-exclusivity basis.
      II.1.5)Common procurement vocabulary:
         42961100 - Access control system.
         35120000 - Surveillance and security systems and devices.
         35121300 - Security fittings.
         35121000 - Security equipment.
         35123100 - Magnetic-card system.
         31730000 - Electrotechnical equipment.
         45421100 - Installation of doors and windows and related components.
         44221000 - Windows, doors and related items.
         45300000 - Building installation work.
         45310000 - Electrical installation work.
         45311000 - Electrical wiring and fitting work.
      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)
         Value: 4,000,000
         Currency: GBP

      
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
         
         Quality - 60
         Price - 40
         
      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: TAN0072         
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
          Contract notice    
         Notice number in OJ: 2014/S 20 - 31400 of 24/01/2014
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 18/07/2014      
      V.2) Information About Offers
         Number Of Offers Received: 7          
         Number Of Offers Received By Electronic Means: 7       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Close Circuit Security Services
         Town: Birimingham
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 4,000,000
            Currency: GBP

         Total final value of the contract
            Value: 4,000,000
            Currency: GBP
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided

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.The maximum value of the contract is up to a maximum of 4,000,000 GBP over the 5 year period, including any extensions.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=114955013
GO-20141014-PRO-6088138 TKR-20141014-PRO-6088137   
   VI.3.1)Body responsible for appeal procedures:
      Not Provided
   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: 14/10/2014