The National Gallery is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | National Gallery Control Room Upgrade |
Notice type: | Contract Notice |
Authority: | The National Gallery |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The National Gallery intends to relocate its current Control Room to create a more ergonomically suitable environment and also to create a new secondary Control Room with full functionality which will also act as an Incident Management Room (IMR). A Training Room will also be created with access to all Security Information. |
Published: | 21/04/2016 14:25 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
The National Gallery
Trafalgar Square, London, WC2N 5DN, United Kingdom
Tel. +44 2077475823, Email: contracting@ng-london.org.uk
Main Address: http://www.nationalgallery.org.uk
NUTS Code: UKI1
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: http://www.delta-esourcing.com/tenders/UK-UK-London:-Security-equipment./K6GZNT37WX
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/K6GZNT37WX 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:
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: National Gallery Control Room Upgrade
Reference Number: Not provided
II.1.2) Main CPV Code:
35121000 - Security equipment.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The National Gallery intends to relocate its current Control Room to create a more ergonomically suitable environment and also to create a new secondary Control Room with full functionality which will also act as an Incident Management Room (IMR). A Training Room will also be created with access to all Security Information.
II.1.5) Estimated total value:
Value excluding VAT: 1,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
51000000 - Installation services (except software).
II.2.3) Place of performance:
UKI1 Inner London
II.2.4) Description of procurement: The National Gallery, which includes the Main building and the Sainsbury Wing Annexe, intends to relocate its current Control Room to create a more ergonomically suitable environment and also to create a new secondary Control Room with full functionality which will also act as an Incident Management Room (IMR). A Training Room will also be created with access to all Security Information.
This contract also involves a complete upgrade of the CCTV systems to form a fully integrated and digitised image management system. This will include the integration of the existing Sateon Access Control and Intruder Alarm System and Picture tagging system to allow images to be switched to selected monitors on alarm.
A new networked key management system will be installed as part of this contract and proposals will be sought for a People Counting System to allow the Gallery to know how many people have entered and exited the building via the several perimeter entry points.
The overall project includes the construction of and Mechanical and Electrical services to these new rooms and this work will be carried out under separate contracts which run prior to and partially overlapping the work under this contract. A limited amount of liaison with the contractors will be required.
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: 1,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 12
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:
Envisaged minimum number: 5
/ Maximum number: 7
Objective criteria for choosing the limited number of cadidates: as detailed in the pre-qualification information
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
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:
As detailed in the pre-qualification questionnaire
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.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
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
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: Yes
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: 23/05/2016 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 No
Electronic invoicing will be accepted No
Electronic payment will be used 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Security-equipment./K6GZNT37WX
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/K6GZNT37WX
VI.4) Procedures for review
VI.4.1) Review body:
The National Gallery
Trafalgar Square, London, WC2N 5DN, United Kingdom
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: 21/04/2016
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
The National Gallery
Trafalgar Square, London, WC2N 5DN, United Kingdom
Tel. +44 2077475823, Email: contracting@ng-london.org.uk
Main Address: http://www.nationalgallery.org.uk
NUTS Code: UKI1
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: National Gallery Control Room Upgrade
Reference number: Not Provided
II.1.2) Main CPV code:
35121000 - Security equipment.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The National Gallery intends to relocate its current Control Room to create a more ergonomically suitable environment and also to create a new secondary Control Room with full functionality which will also act as an Incident Management Room (IMR). A Training Room will also be created with access to all Security Information.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 940,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
51000000 - Installation services (except software).
II.2.3) Place of performance
Nuts code:
UKI1 - Inner London
Main site or place of performance:
Inner London
II.2.4) Description of the procurement: The National Gallery, is relocating the current Control Room to create a more ergonomically suitable environment and also to create a new secondary Control Room with full functionality which will also act as an Incident Management Room (IMR), as well as a Training Room with access to all Security Information.
This contract also involves a complete upgrade of the CCTV systems to form a fully integrated and digitised image management system. This will include the integration of the existing Sateon Access Control and Intruder Alarm System and Picture tagging system to allow images to be switched to selected monitors on alarm.
A new networked key management system will be installed as part of this contract and proposals will be sought for a People Counting System to allow the Gallery to know how many people have entered and exited the building via the several perimeter entry points.
II.2.5) Award criteria:
Quality criterion - Name: Technical Solution / Weighting: 31
Quality criterion - Name: Risk Assessment & Method Statement / Weighting: 7
Quality criterion - Name: Project Plan, Resources & Timeline / Weighting: 18
Quality criterion - Name: Migration / Weighting: 9
Quality criterion - Name: Transition/Handover & Support / Weighting: 5
Cost criterion - Name: Cost / Weighting: 30
II.2.11) Information about options
Options: 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
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: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2016/S 81-143388
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: 18/10/2016
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0 (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: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Securitas Security Services (UK) Ltd
11-12 Russell Square, London, WC1B 5EH, United Kingdom
NUTS Code: UKI1
The contractor is an SME: No
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: 940,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Proportion: 99%
Short description of the part of the contract to be subcontracted:
design, supply and install sub-contracted; main contractor to manage project
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=223792158
VI.4) Procedures for review
VI.4.1) Review body
The National Gallery
Trafalgar Square, London, WC2N 5DN, United Kingdom
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: 20/10/2016