Northern Housing Consortium Ltd : Property Safety and Security Framework

  Northern Housing Consortium Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Property Safety and Security Framework
Notice type: Contract Notice
Authority: Northern Housing Consortium Ltd
Nature of contract: Services
Procedure: Restricted
Short Description: Provision of property safety and security products and services, including; design, supply, installation and maintenance of CCTV systems, intruder alarms systems, door entry/access control systems, lightning protection systems, manned guarding, mobile patrols, void security, remote monitoring, PAT testing, fixed electrical testing and consultancy services. The framework will be available for all current and future Member Organisations of the Consortium, further information on who can access the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/
Published: 11/09/2018 16:42
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-Sunderland: Surveillance and security systems and devices.
Section I: Contracting Authority
      I.1) Name and addresses
             Northern Housing Consortium Ltd
             Loftus House, Colima Avenue, Sunderland Enterprise Park, Sunderland, SR5 3XB, United Kingdom
             Tel. +44 1915661000, Email: tenders@consortiumprocurement.org.uk
             Main Address: www.northern-consortium.org.uk
             NUTS Code: UK
      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: Yes.
      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-Sunderland:-Surveillance-and-security-systems-and-devices./56UM7KD7E5
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via www.delta-esourcing.com 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
            Other type:: central purchasing body
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Property Safety and Security Framework       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      35120000 - Surveillance and security systems and devices.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Provision of property safety and security products and services, including; design, supply, installation and maintenance of CCTV systems, intruder alarms systems, door entry/access control systems, lightning protection systems, manned guarding, mobile patrols, void security, remote monitoring, PAT testing, fixed electrical testing and consultancy services.
The framework will be available for all current and future Member Organisations of the Consortium, further information on who can access the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/       
      II.1.5) Estimated total value:
      Value excluding VAT: 150,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Member Organisations may choose to award Call-Off contracts under one or a combination of LOT(s) or Sub-Lots to meet their requirements.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Manufacture/supply and install of property safety and security product(s)       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      35120000 - Surveillance and security systems and devices.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: LOT 1 is available for Member Organisations to purchase a range of property safety and security related products. It is also available to purchase products with installation services where available (it does not provide for installation of products purchased elsewhere).
      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: 7,500,000       
      Currency: GBP       
      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:
             Envisaged minimum number: 1
             
      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:       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: For LOT 1, all Applicants passing the SQ will be invited to tender. At tender stage all Bidders passing the quality and price evaluations will be appointed to the framework as a Supply Partner.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Design, manufacture/supply, installation and maintenance of cctv systems, door entry/access control systems and intruder alarms       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      35120000 - Surveillance and security systems and devices.
      31625300 - Burglar-alarm systems.
      35125000 - Surveillance system.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: LOT 2 covers the design, supply, installation, commissioning, certification, testing and maintenance of CCTV systems, door entry/access control systems and intruder alarms. Member Organisations may select all or some of these services (for example, Member Organisations may require maintenance of existing equipment only).
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: CCTV Systems - Design / Weighting: 6
            Quality criterion - Name: CCTV Systems – Supply and Install / Weighting: 6
            Quality criterion - Name: CCTV Systems - Maintenance / Weighting: 6
            Quality criterion - Name: Door Entry/Access Control Systems - Design / Weighting: 6
            Quality criterion - Name: Door Entry/Access Control Systems - Supply and Install / Weighting: 6
            Quality criterion - Name: Door Entry/Access Control Systems - Maintenance / Weighting: 6
            Quality criterion - Name: Intruder Alarms - Design / Weighting: 6
            Quality criterion - Name: Inrtuder Alarms - Supply and Install / Weighting: 6
            Quality criterion - Name: Intruder Alarms - Maintenance / Weighting: 6
            Quality criterion - Name: Project Management / Weighting: 6
                        
            Cost criterion - Name: Total Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 30,000,000       
      Currency: GBP       
      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:
             Envisaged minimum number: 1
             
      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:       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: For LOT 2 all Applicants passing the SQ will be invited to tender. At tender stage up to the highest ten (10) scoring Bidders (or more in the event of a tie) will be appointed to the framework as a Supply Partner.       
II.2) Description Lot No. 3
      
      II.2.1) Title: Design, manufacture/supply, installation and maintenance of lightning protection systems       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      31216200 - Lightning conductors.
      31216100 - Lightning-protection equipment.
      45312310 - Lightning-protection works.
      45312311 - Lightning-conductor installation work.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: LOT 3 covers the design, supply, installation, commissioning, certification, testing and maintenance of lightning protection systems. Member Organisations may select all or some of these services (for example, Member Organisations may require maintenance of existing equipment only).
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Lightning Protection Systems - Design / Weighting: 15
            Quality criterion - Name: Lightning Protection Systems – Supply and Install / Weighting: 15
            Quality criterion - Name: Lightning Protection Systems - Maintenance / Weighting: 15
            Quality criterion - Name: Lightning Protection Systems – Project Management / Weighting: 15
                        
            Cost criterion - Name: Total Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 11,000,000       
      Currency: GBP       
      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:       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: For LOT 3 all Applicants passing the SQ will be invited to tender. At tender stage up to the highest six (6) scoring Bidders (or more in the event of a tie) will be appointed to the framework as a Supply Partner.       
II.2) Description Lot No. 4
      
      II.2.1) Title: Site security       
      Lot No: Sub-Lot 4.1 Manned guarding       
      II.2.2) Additional CPV codes:
      79713000 - Guard services.
      79715000 - Patrol services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Sub-Lot 4.1 covers the procurement of manned guarding services for Member Organisations.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Manned Guarding - Working with Member Organisations / Weighting: 20
            Quality criterion - Name: Manned Guarding - Quality Assurance / Weighting: 20
            Quality criterion - Name: Manned Guarding – Project Management / Weighting: 20
                        
            Cost criterion - Name: Total Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 16,500,000       
      Currency: GBP       
      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:       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: For Sub-Lot 4.1 all Applicants passing the SQ will be invited to tender. At tender stage up to the highest twelve (12) scoring Bidders (or more in the event of a tie) will be appointed to the framework as a Supply Partner.       
II.2) Description Lot No. 5
      
      II.2.1) Title: Site security       
      Lot No: Sub-Lot 4.2 Mobile patrols       
      II.2.2) Additional CPV codes:
      79715000 - Patrol services.
      79713000 - Guard services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Sub-Lot 4.2 covers the procurement of mobile patrol services for Member Organisations.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Mobile Patrols – Working with Member Organisations / Weighting: 20
            Quality criterion - Name: Mobile Patrols – Quality Assurance / Weighting: 20
            Quality criterion - Name: Mobile Patrols - Project Management / Weighting: 20
                        
            Cost criterion - Name: Total Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 14,000,000       
      Currency: GBP       
      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:       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: For Sub-Lot 4.2 all Applicants passing the SQ will be invited to tender. At tender stage up to the highest twelve (12) scoring Bidders (or more in the event of a tie) will be appointed to the framework as a Supply Partner.       
II.2) Description Lot No. 6
      
      II.2.1) Title: Void security, clearance and cleaning       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      90911000 - Accommodation, building and window cleaning services.
      35121000 - Security equipment.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: LOT 5 covers the procurement of void security, clearance and cleaning services for Member Organisations.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Void Security - Working with Member Organisations / Weighting: 20
            Quality criterion - Name: Void Security - Competence / Weighting: 20
            Quality criterion - Name: Void Security: Project Management / Weighting: 20
                        
            Cost criterion - Name: Total Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 12,500,000       
      Currency: GBP       
      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:       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: For LOT 5 all Applicants passing the SQ will be invited to tender. At tender stage up to the highest six (6) scoring Bidders (or more in the event of a tie) will be appointed to the framework as a Supply Partner.       
II.2) Description Lot No. 7
      
      II.2.1) Title: Remote monitoring       
      Lot No: Sub-Lot 6.1 CCTV systems       
      II.2.2) Additional CPV codes:
      79710000 - Security services.
      79711000 - Alarm-monitoring services.
      79714000 - Surveillance services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Sub-Lot 6.1 covers the procurement of remote CCTV monitoring services for Member Organisations.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Remote Monitoring of CCTV Systems - Working with Member Organisations / Weighting: 20
            Quality criterion - Name: Remote Monitoring of CCTV Systems - Quality Assurance / Weighting: 20
            Quality criterion - Name: Remote Monitoring of CCTV Systems – Project Management / Weighting: 20
                        
            Cost criterion - Name: Total Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 12,500,000       
      Currency: GBP       
      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:       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: For Sub-Lot 6.1 all Applicants passing the SQ will be invited to tender. At tender stage up to the highest ten (10) scoring Bidders (or more in the event of a tie) will be appointed to the framework as a Supply Partner.       
II.2) Description Lot No. 8
      
      II.2.1) Title: Remote monitoring       
      Lot No: Sub-Lot 6.2 Intruder alarms and Fire alarms       
      II.2.2) Additional CPV codes:
      79711000 - Alarm-monitoring services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Sub-Lot 6.2 covers the procurement of remote intruder alarm and fire alarm monitoring services for Member Organisations.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Remote Monitoring of Intruder Alarms - Working with Member Organisations / Weighting: 12
            Quality criterion - Name: Remote Monitoring of Intruder Alarms - Quality Assurance / Weighting: 12
            Quality criterion - Name: Remote Monitoring of Fire Alarms - Working with Member Organisations / Weighting: 12
            Quality criterion - Name: Remote Monitoring of Fire Alarms - Quality Assurance / Weighting: 12
            Quality criterion - Name: Project Management / Weighting: 12
                        
            Cost criterion - Name: Total Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 11,000,000       
      Currency: GBP       
      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:       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: For Sub-Lot 6.2 all Applicants passing the SQ will be invited to tender. At tender stage up to the highest ten (10) scoring Bidders (or more in the event of a tie) will be appointed to the framework as a Supply Partner.       
II.2) Description Lot No. 9
      
      II.2.1) Title: Electrical testing       
      Lot No: Sub-Lot 7.1 PAT testing       
      II.2.2) Additional CPV codes:
      39710000 - Electrical domestic appliances.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Sub-Lot 7.1 covers the procurement of PAT testing services for Member Organisations.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: PAT Testing - Competence / Weighting: 20
            Quality criterion - Name: PAT Testing - Compliance / Weighting: 20
            Quality criterion - Name: PAT Testing - Project Management / Weighting: 20
                        
            Cost criterion - Name: Total Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 7,500,000       
      Currency: GBP       
      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:       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: For Sub-Lot 7.1 all Applicants passing the SQ will be invited to tender. At tender stage up to the highest twelve (12) scoring Bidders (or more in the event of a tie) will be appointed to the framework as a Supply Partner.       
II.2) Description Lot No. 10
      
      II.2.1) Title: Electrical Testing       
      Lot No: Sub-Lot 7.2 Fixed electrial testing       
      II.2.2) Additional CPV codes:
      45311000 - Electrical wiring and fitting work.
      31681300 - Electrical circuits.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Sub-Lot 7.2 covers the procurement of fixed electrical testing services for Member Organisations.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Fixed Electrical Testing - Competence / Weighting: 20
            Quality criterion - Name: Fixed Electrical Testing - Compliance / Weighting: 20
            Quality criterion - Name: Fixed Electrical Testing - Project Management / Weighting: 20
                        
            Cost criterion - Name: Total Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 12,500,000       
      Currency: GBP       
      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:       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: For Sub-Lot 7.2 all Applicants passing the SQ will be invited to tender. At tender stage up to the highest twelve (12) scoring Bidders (or more in the event of a tie) will be appointed to the framework as a Supply Partner.       
II.2) Description Lot No. 11
      
      II.2.1) Title: Consultancy       
      Lot No: Sub-Lot 8.1 Property security - CCTV, door entry and access control, and intruder alarms       
      II.2.2) Additional CPV codes:
      79417000 - Safety consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Sub-Lot 8.1 covers the procurement of property security (for CCTV systems, door entry and access control, and intruder alarm systems) consultancy services for Member Organisations.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Consultancy for Property Security - Quality Assurance / Weighting: 20
            Quality criterion - Name: Consultancy for Property Security – Working with Member Organisations / Weighting: 20
            Quality criterion - Name: Consultancy for Property Security – Project Management / Weighting: 20
                        
            Cost criterion - Name: Total Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 7,500,000       
      Currency: GBP       
      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:       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: For Sub-Lot 8.1 all Applicants passing the SQ will be invited to tender. At tender stage up to the highest twelve (12) scoring Bidders (or more in the event of a tie) will be appointed to the framework as a Supply Partner.       
II.2) Description Lot No. 12
      
      II.2.1) Title: Consultancy       
      Lot No: Sub-Lot 8.2 Lightning protection systems       
      II.2.2) Additional CPV codes:
      31216200 - Lightning conductors.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Sub-Lot 8.2 Property security - CCTV, door entry and access control, and intruder alarms
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Consultancy for Lightning Protection Systems - Quality Assurance / Weighting: 20
            Quality criterion - Name: Consultancy for Lightning Protection Systems – Working with Member Organisations / Weighting: 20
            Quality criterion - Name: Consultancy for Lightning Protection Systems – Project Management / Weighting: 20
                        
            Cost criterion - Name: Total Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 7,500,000       
      Currency: GBP       
      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:       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: For Sub-Lot 8.2 all Applicants passing the SQ will be invited to tender. At tender stage up to the highest twelve (12) scoring Bidders (or more in the event of a tie) will be appointed to the framework as a Supply Partner.       


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:          
      Successful Bidders must become Members of the Northern Housing Consortium, renewable on an annual basis. Current fee is £270.50 (+VAT) per annum.
Other suitability criteria is set out in the Selection Criteria and Specification which can be obtained from the address in section 1.    
      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       
      As stated in the Specification and 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    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement:
Not Provided               
         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: 12/10/2018 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 07/11/2018       
      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): 6
      
      

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.
The framework will be available for all current and future Consortium Members, further information on who canaccess the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/
Member Organisations may choose to award Call-Off contracts under one or a combination of LOT(s) and/or Sub-Lots to meet their requirements.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Surveillance-and-security-systems-and-devices./56UM7KD7E5

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/56UM7KD7E5
   VI.4) Procedures for review
   VI.4.1) Review body:
             See VI.4.3
       Sunderland, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             See VI.4.3
          Sunderland, United Kingdom
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Precise information on deadline(s) for review procedures:
The Consortium (contracting authority) will incorporate a minimum 10 calendar day standstill period following confirmation on the award of the framework to Bidders. The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the Regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.    
   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: 11/09/2018

Annex A


View any Notice Addenda

View Award Notice

UK-Sunderland: Surveillance and security systems and devices.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Northern Housing Consortium Ltd
       Loftus House, Colima Avenue, Sunderland Enterprise Park, Sunderland, SR5 3XB, United Kingdom
       Tel. +44 1915661000, Email: tenders@consortiumprocurement.org.uk
       Main Address: www.northern-consortium.org.uk
       NUTS Code: UK

   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: Yes

   I.4)Type of the contracting authority:
      Other type:: central purchasing body

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Property Safety and Security Framework            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         35120000 - Surveillance and security systems and devices.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Provision of property safety and security products and services, including; design, supply, installation and maintenance of CCTV systems, intruder alarms systems, door entry/access control systems, lightning protection systems, manned guarding, mobile patrols, void security, remote monitoring, PAT testing, fixed electrical testing and consultancy services.
The framework will be available for all current and future Member Organisations of the Consortium, further information on who can access the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                                                                    
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 150,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Manufacture/supply and install of property safety and security product(s)   
      Lot No:1

      II.2.2) Additional CPV code(s):
            35120000 - Surveillance and security systems and devices.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: LOT 1 is available for Member Organisations to purchase a range of property safety and security related products. It is also available to purchase products with installation services where available (it does not provide for installation of products purchased elsewhere).

      II.2.5) Award criteria:
      Quality criterion - Name: Product Catalogue - Pass/Fail / Weighting: 0
      Quality criterion - Name: Product Supply Chain and Sustainability / Weighting: 10
      Quality criterion - Name: Product Catalogue and Ordering / Weighting: 10
      Quality criterion - Name: Product Delivery / Weighting: 10
      Quality criterion - Name: Customer Service / Weighting: 10
      Quality criterion - Name: Product Innovation / Weighting: 10
                  
      Cost criterion - Name: Product Catalogue - Pass/Fail / Weighting: 10
            

      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: For Lot 1, all Bidders passing the quality and price evaluations were appointed to the framework as a supply partner.

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Design, manufacture/supply, installation and maintenance of cctv systems, door entry/access control systems and intruder alarms   
      Lot No:2

      II.2.2) Additional CPV code(s):
            35120000 - Surveillance and security systems and devices.
            31625300 - Burglar-alarm systems.
            35125000 - Surveillance system.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: LOT 2 covers the design, supply, installation, commissioning, certification, testing and maintenance of CCTV systems, door entry/access control systems and intruder alarms. Member Organisations may select all or some of these services (for example, Member Organisations may require maintenance of existing equipment only).

      II.2.5) Award criteria:
      Quality criterion - Name: CCTV Systems - Design / Weighting: 6
      Quality criterion - Name: CCTV Systems – Supply and Install / Weighting: 6
      Quality criterion - Name: CCTV Systems - Maintenance / Weighting: 6
      Quality criterion - Name: Door Entry/Access Control Systems - Design / Weighting: 6
      Quality criterion - Name: Door Entry/Access Control Systems - Supply and Install / Weighting: 6
      Quality criterion - Name: Door Entry/Access Control Systems - Maintenance / Weighting: 6
      Quality criterion - Name: Intruder Alarms - Design / Weighting: 6
      Quality criterion - Name: Inrtuder Alarms - Supply and Install / Weighting: 6
      Quality criterion - Name: Intruder Alarms - Maintenance / Weighting: 6
      Quality criterion - Name: Project Management / Weighting: 6
                  
      Cost criterion - Name: Total Price / Weighting: 40
            

      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: For LOT 2, the 9 highest scoring Bidders were appointed to the framework as a Supply partner.

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Design, manufacture/supply, installation and maintenance of lightning protection systems   
      Lot No:3

      II.2.2) Additional CPV code(s):
            31216200 - Lightning conductors.
            31216100 - Lightning-protection equipment.
            45312310 - Lightning-protection works.
            45312311 - Lightning-conductor installation work.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: LOT 3 covers the design, supply, installation, commissioning, certification, testing and maintenance of lightning protection systems. Member Organisations may select all or some of these services (for example, Member Organisations may require maintenance of existing equipment only).

      II.2.5) Award criteria:
      Quality criterion - Name: Lightning Protection Systems - Design / Weighting: 15
      Quality criterion - Name: Lightning Protection Systems – Supply and Install / Weighting: 15
      Quality criterion - Name: Lightning Protection Systems - Maintenance / Weighting: 15
      Quality criterion - Name: Lightning Protection Systems – Project Management / Weighting: 15
                  
      Cost criterion - Name: Total Price / Weighting: 40
            

      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: For LOT 3, all two bidders who submitted tenders were appointed to the framework as a Supply Partner.

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Site security   
      Lot No:Sub-Lot 4.1 Manned guarding

      II.2.2) Additional CPV code(s):
            79713000 - Guard services.
            79715000 - Patrol services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Sub-Lot 4.1 covers the procurement of manned guarding services for Member Organisations.

      II.2.5) Award criteria:
      Quality criterion - Name: Manned Guarding - Working with Member Organisations / Weighting: 20
      Quality criterion - Name: Manned Guarding - Quality Assurance / Weighting: 20
      Quality criterion - Name: Manned Guarding – Project Management / Weighting: 20
                  
      Cost criterion - Name: Total Price / Weighting: 40
            

      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: For Sub-Lot 4.1, all eleven Bidders who submitted tenders were appointed to the framework as a Supply Partner.

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Site security   
      Lot No:Sub-Lot 4.2 Mobile patrols

      II.2.2) Additional CPV code(s):
            79715000 - Patrol services.
            79713000 - Guard services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Sub-Lot 4.2 covers the procurement of mobile patrol services for Member Organisations.

      II.2.5) Award criteria:
      Quality criterion - Name: Mobile Patrols – Working with Member Organisations / Weighting: 20
      Quality criterion - Name: Mobile Patrols – Quality Assurance / Weighting: 20
      Quality criterion - Name: Mobile Patrols - Project Management / Weighting: 20
                  
      Cost criterion - Name: Total Price / Weighting: 40
            

      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: For Sub-Lot 4.2, all ten Bidders who submitted tenders were appointed to the framework as a Supply Partner.

   II.2) Description (lot no. 6)
   

      II.2.1) Title:Void security, clearance and cleaning   
      Lot No:5

      II.2.2) Additional CPV code(s):
            90911000 - Accommodation, building and window cleaning services.
            35121000 - Security equipment.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: LOT 5 covers the procurement of void security, clearance and cleaning services for Member Organisations.

      II.2.5) Award criteria:
      Quality criterion - Name: Void Security - Working with Member Organisations / Weighting: 20
      Quality criterion - Name: Void Security - Competence / Weighting: 20
      Quality criterion - Name: Void Security: Project Management / Weighting: 20
                  
      Cost criterion - Name: Total Price / Weighting: 40
            

      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: For LOT 5, all three Bidders who submitted tenders were appointed to the framework as a Supply Partner.

   II.2) Description (lot no. 7)
   

      II.2.1) Title:Remote monitoring   
      Lot No:Sub-Lot 6.1 CCTV systems

      II.2.2) Additional CPV code(s):
            79710000 - Security services.
            79711000 - Alarm-monitoring services.
            79714000 - Surveillance services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Sub-Lot 6.1 covers the procurement of remote CCTV monitoring services for Member Organisations.

      II.2.5) Award criteria:
      Quality criterion - Name: Remote Monitoring of CCTV Systems - Working with Member Organisations / Weighting: 20
      Quality criterion - Name: Remote Monitoring of CCTV Systems - Quality Assurance / Weighting: 20
      Quality criterion - Name: Remote Monitoring of CCTV Systems – Project Management / Weighting: 20
                  
      Cost criterion - Name: Total Price / Weighting: 40
            

      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: For Sub-Lot 6.1, all five Bidders who submitted tenders were appointed to the framework as a Supply Partner.

   II.2) Description (lot no. 8)
   

      II.2.1) Title:Remote monitoring   
      Lot No:Sub-Lot 6.2 Intruder alarms and Fire alarms

      II.2.2) Additional CPV code(s):
            79711000 - Alarm-monitoring services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Sub-Lot 6.2 covers the procurement of remote intruder alarm and fire alarm monitoring services for Member Organisations.

      II.2.5) Award criteria:
      Quality criterion - Name: Remote Monitoring of Intruder Alarms - Working with Member Organisations / Weighting: 12
      Quality criterion - Name: Remote Monitoring of Intruder Alarms - Quality Assurance / Weighting: 12
      Quality criterion - Name: Remote Monitoring of Fire Alarms - Working with Member Organisations / Weighting: 12
      Quality criterion - Name: Remote Monitoring of Fire Alarms - Quality Assurance / Weighting: 12
      Quality criterion - Name: Project Management / Weighting: 12
                  
      Cost criterion - Name: Total Price / Weighting: 40
            

      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: For Sub-Lot 6.2, all four Bidders who submitted tenders were appointed to the framework as a Supply Partner.

   II.2) Description (lot no. 9)
   

      II.2.1) Title:Electrical testing   
      Lot No:Sub-Lot 7.1 PAT testing

      II.2.2) Additional CPV code(s):
            39710000 - Electrical domestic appliances.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Sub-Lot 7.1 covers the procurement of PAT testing services for Member Organisations.

      II.2.5) Award criteria:
      Quality criterion - Name: PAT Testing - Competence / Weighting: 20
      Quality criterion - Name: PAT Testing - Compliance / Weighting: 20
      Quality criterion - Name: PAT Testing - Project Management / Weighting: 20
                  
      Cost criterion - Name: Total Price / Weighting: 40
            

      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: For Sub-Lot 7.1, all three Bidders who submitted tenders were appointed to the framework as a Supply Partner.

   II.2) Description (lot no. 10)
   

      II.2.1) Title:Electrical Testing   
      Lot No:Sub-Lot 7.2 Fixed electrial testing

      II.2.2) Additional CPV code(s):
            45311000 - Electrical wiring and fitting work.
            31681300 - Electrical circuits.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Sub-Lot 7.2 covers the procurement of fixed electrical testing services for Member Organisations.

      II.2.5) Award criteria:
      Quality criterion - Name: Fixed Electrical Testing - Competence / Weighting: 20
      Quality criterion - Name: Fixed Electrical Testing - Compliance / Weighting: 20
      Quality criterion - Name: Fixed Electrical Testing - Project Management / Weighting: 20
                  
      Cost criterion - Name: Total Price / Weighting: 40
            

      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: For Sub-Lot 7.2, all three Bidders who submitted tenders were appointed to the framework as a Supply Partner.

   II.2) Description (lot no. 11)
   

      II.2.1) Title:Consultancy   
      Lot No:Sub-Lot 8.1 Property security - CCTV, door entry and access control, and intruder alarms

      II.2.2) Additional CPV code(s):
            79417000 - Safety consultancy services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Sub-Lot 8.1 covers the procurement of property security (for CCTV systems, door entry and access control, and intruder alarm systems) consultancy services for Member Organisations.

      II.2.5) Award criteria:
      Quality criterion - Name: Consultancy for Property Security - Quality Assurance / Weighting: 20
      Quality criterion - Name: Consultancy for Property Security – Working with Member Organisations / Weighting: 20
      Quality criterion - Name: Consultancy for Property Security – Project Management / Weighting: 20
                  
      Cost criterion - Name: Total Price / Weighting: 40
            

      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: For Sub-Lot 8.1, all four Bidders who submitted tenders were appointed to the framework as a Supply Partner.

   II.2) Description (lot no. 12)
   

      II.2.1) Title:Consultancy   
      Lot No:Sub-Lot 8.2 Lightning protection systems

      II.2.2) Additional CPV code(s):
            31216200 - Lightning conductors.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Sub-Lot 8.2 Property security - CCTV, door entry and access control, and intruder alarms

      II.2.5) Award criteria:
      Quality criterion - Name: Consultancy for Lightning Protection Systems - Quality Assurance / Weighting: 20
      Quality criterion - Name: Consultancy for Lightning Protection Systems – Working with Member Organisations / Weighting: 20
      Quality criterion - Name: Consultancy for Lightning Protection Systems – Project Management / Weighting: 20
                  
      Cost criterion - Name: Total Price / Weighting: 40
            

      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: For Sub-Lot 8.2, the Bidder who submitted a tender was appointed to the framework as a Supply Partner.


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: Yes       
      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: 2018/S 177-401357
      
   

   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: 1    
   Title: Manufacture/Supply and Install of Property Safety and Security Product(S) (Product Catalogue)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 23/04/2019

      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: Yes
         
         Contractor (No.1)
             Bamford Doors
             Ajax Work, Whitehill, Stockport, SK4 1NT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             EFT Systems Ltd
             Cobden House, 39a Cobden Road, Southport, PR9 7TR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Key Management Systems Ltd
             1 Marlborough Trading Estate, West Wycombe Road, High Wycombe, HP11 2LB, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Securus Group LImited
             Ruby Court (No. 9-18), Wesley Drive, Benton Square Industrial Estate, Newcastle, NE12 9UP, United Kingdom
             NUTS Code: UK
            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: 2,175,000          
         Total value of the contract/lot: 2,175,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Design, Manufacture/Supply, Installation and Maintenance of CCTV Systems, Door Entry/Access Control Systems and Intruder Alarms

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 23/04/2019

      V.2.2) Information about tenders
         Number of tenders received: 11
         Number of tenders received from SMEs: 10 (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: 11

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Baydale Control Systems Limited
             Unit i6 Morton Park Way, Darlington, DL1 4PH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Close Circuit Security Services Limited
             Stuart House, Valepits Road, Garretts Green, Birmingham, B33 0TD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             EFT Systems Ltd
             Cobden House, 39a Cobden Road, Southport, PR9 7TR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             McIntyre Electrical Ltd
             Waterworks Lane, Glinton, Peterborough, PE6 7LP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             OpenView Security Solutions Limited
             OpenView House, Chesham Close, Romford, RM7 7PJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             Securus Group LImited
             Ruby Court (No. 9-18), Wesley Drive, Benton Square Industrial Estate, Newcastle, NE12 9UP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Shield Security Services (Yorkshire) Limited
             7 Earls Court, Henry Boot Way, Hull, HU4 7DY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Total Integrated Solutions Ltd
             32 Hamilton Way, Mansfield, NG18 5BU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.9)
             WOT Security Ltd
             Suite A, 1st Floor, Midas House, 62 Goldsworth Road, Woking, GU21 6LQ, United Kingdom
             NUTS Code: UK
            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: 47,445,000          
         Total value of the contract/lot: 47,445,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: Design, Manufacture/Supply, Installation and Maintenance of Lightning Protection Systems

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 23/04/2019

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 1 (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: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Horizon Specialist Contracting Ltd
             Unit 7, Burma Road, Blidworth, Nottingham, NG21 0RT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             OpenView Security Solutions Limited
             OpenView House, Chesham Close, Romford, RM7 7PJ, United Kingdom
             NUTS Code: UK
            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: 8,175,000          
         Total value of the contract/lot: 8,175,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.4)

   Contract No: Not Provided    
   Lot Number: 4    
   Title: Site Security: Manned Guarding

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 23/04/2019

      V.2.2) Information about tenders
         Number of tenders received: 11
         Number of tenders received from SMEs: 10 (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: 11

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             2012 Security Ltd
             2 Ripple Road, Barking, IG11 7NF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Business Watch Guarding Ltd
             Centurion House, Tweedale Industrial estate, Bridgnorth Road, Telford, TF7 4JR,, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Cerberus Security & Monitoring Ltd
             The Bunker Gossips Wood Rd, Rawcliffe Bridge, Goole, DN14 8PE,, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Crown Security Solutions Ltd
             RT MARKE & CO (69), 69 High Street, Bideford, EX39 2AT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             KeyPlus Security Ltd.
             FM House, Bentley Wood Way, Network 65 Business Park, Burnley, BB11 5ST, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Manpower Direct UK Ltd.
             Unit,20 Dagenham Business Centre, Barking and Dagenham, RM10 7FD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             SafetyNet Security Group Ltd
             27 Kenyon Street, Jewellery Quarter, Birmingham, B18 6A, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Securicore Limited
             3rd Floor, Skipton Chambers, 16-18 North Parade, Bradford, BD1 3HT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.9)
             Shield Security Services (Yorkshire) Limited
             7 Earls Court, Henry Boot Way, Hull, HU4 7DY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.10)
             SSG Support Services Group LTD
             7th Floor, Martime House, 1 Linton Road, Barking, IG11 8HG, United Kingdom
             NUTS Code: UK
            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: 19,095,000          
         Total value of the contract/lot: 19,095,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.5)

   Contract No: Not Provided    
   Lot Number: 4    
   Title: Site Security: Mobile Patrols

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 23/04/2019

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: 9 (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: 10

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Business Watch Guarding Ltd
             Centurion House, Tweedale Industrial estate, Bridgnorth Road, Telford, TF7 4JR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Cerberus Security & Monitoring Ltd
             The Bunker Gossips Wood Rd, Rawcliffe Bridge, Goole, DN14 8PE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Crown Security Solutions Ltd
             RT MARKE & CO (69), 69 High Street, Bideford, EX39 2AT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             KeyPlus Security Ltd.
             FM House, Bentley Wood Way, Network 65 Business Park, Burnley, BB11 5ST, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Manpower Direct UK Ltd.
             Unit,20 Dagenham Business Centre, Barking and dagenham, RM10 7FD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             SafetyNet Security Group Ltd
             27 Kenyon Street, Jewellery Quarter, Birmingham, B18 6AR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Securicore Limited
             3rd Floor, Skipton Chambers, 16-18 North Parade, Bradford, BD1 3HT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Shield Security Services (Yorkshire) Limited
             7 Earls Court, Henry Boot Way, Hull, HU4 7DY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.9)
             SSG Support Services Group LTD
             7th Floor, Martime House, 1 Linton Road, Barking, IG11 8HG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.10)
             VPS (UK) Ltd
             International Buildings, Third Floor, 71 Kingsway, London, OL9 9XA, United Kingdom
             NUTS Code: UK
            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: 19,095,000          
         Total value of the contract/lot: 19,095,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.6)

   Contract No: Not Provided    
   Lot Number: 5    
   Title: Void Security, Clearance and Cleaning

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 23/04/2019

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 1 (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: Yes
         
         Contractor (No.1)
             Clearway Environmental Services UK Ltd
             Fountain House, Anchor Boulevard, Dartford, DA2 6QH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Orbis Protect Limited
             Beaufort House, Cricket Field Road, Uxbridge, UB8 1QG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             VPS (UK) Ltd
             International Buildings, Third Floor, 71 Kingsway, London, OL9 9XA, United Kingdom
             NUTS Code: UK
            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: 13,650,000          
         Total value of the contract/lot: 1,365,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.7)

   Contract No: Not Provided    
   Lot Number: 6    
   Title: Remote Monitoring: CCTV Systems

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 23/04/2019

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 3 (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: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             EFT Systems Ltd
             Cobden House, 39a Cobden Road, Southport, PR9 7TR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Orbis Protect Limited
             Beaufort House, Cricket Field Road, Uxbridge, UB8 1QG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Shield Security Services (Yorkshire) Limited
             7 Earls Court, Henry Boot Way, Hull, HU4 7DY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             SSG Support Services Group LTD
             7th Floor, Martime House, 1 Linton Road, Barking, IG11 8HG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             WOT Security Ltd
             Suite A, 1st Floor, Midas House, 62 Goldsworth Road, Woking, GU21 6LQ, United Kingdom
             NUTS Code: UK
            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: 13,650,000          
         Total value of the contract/lot: 13,650,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.8)

   Contract No: Not Provided    
   Lot Number: 6    
   Title: Remote Monitoring: Intruder Alarms and Fire Alarms

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 23/04/2019

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 3 (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: Yes
         
         Contractor (No.1)
             EFT Systems Ltd, Cobden House
             39a Cobden Road, Southport, PR9 7TR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Orbis Protect Limited
             Beaufort House, Cricket Field Road, Uxbridge, UB8 1QG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Shield Security Services (Yorkshire) Limited
             7 Earls Court, Henry Boot Way, Hull, HU4 7DY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             WOT Security Ltd
             Suite A, 1st Floor, Midas House, 62 Goldsworth Road, Woking, GU21 6LQ, United Kingdom
             NUTS Code: UK
            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: 7,650,000          
         Total value of the contract/lot: 7,650,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.9)

   Contract No: Not Provided    
   Lot Number: 7    
   Title: Electrical Testing: PAT Testing

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 23/04/2019

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 2 (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: Yes
         
         Contractor (No.1)
             EFT Systems Ltd
             Cobden House, 39a Cobden Road, Southport, PR9 7TR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Norwood Electrical (UK) Ltd
             The Coah House, Lockington Hall, Lockington, DE74 2RH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             OpenView Security Solutions Limited
             OpenView House, Chesham Close, Romford, RM7 7PJ, United Kingdom
             NUTS Code: UK
            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: 2,175,000          
         Total value of the contract/lot: 2,175,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.10)

   Contract No: Not Provided    
   Lot Number: 7    
   Title: Electrical Testing: Fixed Electrical Testing

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 23/04/2019

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 2 (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: Yes
         
         Contractor (No.1)
             McIntyre Electrical Ltd
             Waterworks Lane, Glinton, Peterborough, PE6 7LP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Norwood Electrical (UK) Ltd
             The Coah House, Lockington Hall, Lockington, DE74 2RH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             OpenView Security Solutions Limited
             OpenView House, Chesham Close, Romford, RM7 7PJ, United Kingdom
             NUTS Code: UK
            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: 13,650,000          
         Total value of the contract/lot: 13,650,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.11)

   Contract No: Not Provided    
   Lot Number: 8    
   Title: Consultancy: Property Security - CCTV Systems, Door Entry/Access Control, Intruder Alarms

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 23/04/2019

      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: Yes
         
         Contractor (No.1)
             EFT Systems Ltd
             Cobden House, 39a Cobden Road, Southport, PR9 7TR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             RJH Technical Consultancy Ltd
             26 The Paddocks, Coleford, GL16 7PX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             SGW Safety & Security Limited
             Edwinstowe House, High Street, Edwinstowe, NG21 9PR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Total Integrated Solutions Ltd
             32 Hamilton Way, Mansfield, NG18 5BU, United Kingdom
             NUTS Code: UK
            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: 1,650,000          
         Total value of the contract/lot: 1,650,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.12)

   Contract No: Not Provided    
   Lot Number: 8    
   Title: Consultancy: Lightning Protection Systems

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 23/04/2019

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 1 (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: 1

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Horizon Specialist Contracting Ltd
             Unit 7, Burma Road, Blidworth, Nottingham, NG21 0RT, United Kingdom
             NUTS Code: UK
            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: 1,650,000          
         Total value of the contract/lot: 1,650,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.13)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Design, Manufacture/Supply, Installation and Maintenance of CCTV Systems, Door Entry/Access Control Systems and Intruder Alarms

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 23/04/2019

      V.2.2) Information about tenders
         Number of tenders received: 11
         Number of tenders received from SMEs: 10 (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: 11

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             WOT Security Ltd
             Suite A, 1st Floor, Midas House, 62 Goldsworth Road, Woking, GU21 6LQ, United Kingdom
             NUTS Code: UK
            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: 47,445,000          
         Total value of the contract/lot: 47,445,000
         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 considered that this contract was suitable for economic operators that are small ormedium enterprises (SMEs).
The selection of tenderers was based solely on the criteria set out for the procurement.
The framework will be available for all current and future Consortium members, further information on who can access the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/
Member Organisations may choose to award Call-Off contracts under one or a combination of lot(s) or sub-lots to meet their requirements.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=394255628

   VI.4) Procedures for review

      VI.4.1) Review body
          See VI.4.3
          Sunderland, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium Ltd
          Loftus House, Colima Avenue, Sunderland Enterprise Park, Sunderland, SR5 3XB, United Kingdom
          Tel. +44 1915661000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Precise information on deadline(s) for review procedures:
The Consortium (contracting authority) will incorporate a minimum 10 calendar day standstill period following confirmation on the award of the framework to Bidders. The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the Regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 07/05/2019