Crescent Purchasing Consortium Building Security Services Framework
The CPC is seeking to establish a framework agreement and requires suppliers with expertise and experience to fulfil one or more of the 5 Lots detailed below.
United Kingdom-Salford: Surveillance and security systems and devices
2017/S 118-237232
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Technology House, Lissadel Street
Salford
M6 6AP
United Kingdom
Telephone: +44 7765232684
E-mail: Kieren.stockwell-smith@tenetservices.com
NUTS code: UKInternet address(es):Main address: https://www.thecpc.ac.uk/
I.3)Communication
Technology House, Lissadel Street
Salford
M6 6AP
United Kingdom
Telephone: +44 7765232684
E-mail: Kieren.stockwell-smith@tenetservices.com
NUTS code: UKInternet address(es):Main address: https://www.thecpc.ac.uk/
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Building security services framework.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The CPC is seeking to establish a framework agreement and requires suppliers with expertise and experience to fulfil one or more of the 5 lots detailed below. This is the first Building Security Services Framework that the CPC have created and look forward to providing an effective Framework that is heavily utilised by the users detailed in the contract notice. There has been an increase in demand for Building Security contracts and we are hopeful that this Framework will fulfil this demand
The framework has been split into 5 lots as detailed below.
Lot 1 — Access Control Services
Lot 2 — Car Park Security Services
Lot 3 — Fire Alarm System Services
Lot 4 — Intruder Alarm Services
Lot 5 — CCTV System Services.
II.1.6)Information about lots
II.2.1)Title:
Access Control Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom.
II.2.4)Description of the procurement:
Suppliers on this framework should be able to provide the following, but not limited to; Access Door Controllers, Proximity and Swipe Card Readers, Pin entry keypads, biometric security devices and Barriers and Turnstiles.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
47 month(s) from the commencement date.
II.2.13)Information about European Union funds
II.2.1)Title:
Car Park Security Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom.
II.2.4)Description of the procurement:
Suppliers on this framework should be able to provide, but not limited to: Car park barrier Systems with coin, token or smart card assisted exit, Car park barrier Systems with Automatic Number Plate Recognition and Pay and Display Systems.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
47 month(s) from the commencement date.
II.2.13)Information about European Union funds
II.2.1)Title:
Fire Alarm System Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom.
II.2.4)Description of the procurement:
Suppliers on this framework should be able to provide, but not limited to: Design, Supply, Installation, Commissioning, Servicing and Maintenance of a replacement Fire Alarm system.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
47 month(s) from the commencement date.
II.2.13)Information about European Union funds
II.2.1)Title:
Intruder Alarm Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom.
II.2.4)Description of the procurement:
Suppliers on this framework should be able to provide, but not limited to: Design, Supply, Installation, Commissioning, Servicing and Maintenance of Intruder Alarm systems.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
47 month(s) from the commencement date.
II.2.13)Information about European Union funds
II.2.1)Title:
CCTV System Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom.
II.2.4)Description of the procurement:
Suppliers on this framework should be able to provide, but not limited to: Supply, installation, testing and commissioning of CCTV cameras and systems.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
47 month(s) from the commencement date.
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the ‘Opportunities’ section of the multiquote.com homepage. A selection questionnaire must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process details of enrolment on professional or trade registers and details on whether bankruptcy, convictions of professional misconduct, non payment relating to social security contributions or taxes applies to the economic operator. Economic operators may be excluded from participation if any of these circumstances applies. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.
III.1.2)Economic and financial standing
In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the ‘Opportunities’ section of the multiquote.com homepage. A selection questionnaire must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process details of turnover, profit and capital and reserves for previous 2 years. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.
Minimum Turnover: Assets more than Liabilities
Minimum Insurance Levels: GBP 5m PL & EL.
III.1.3)Technical and professional ability
In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the ‘Opportunities’ section of the multiquote.com homepage. A selection questionnaire must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.
Please see tender documentation.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Section II.3) — dates refer to the initial contract period and do not include the options of any extensions.
Section IV.3.5) — any dates shown are an estimate.
In the first instance, candidates should register with www.multiquote.com and express an interest in the contract, full details of the contract will be available.
The Contracting Authority shall not be under any obligation to accept any tender. The Contracting Authority reserves the right to cancel the entire or parts of the tender, without such an action conferring any right to compensation on the Tenderers.
The Contracting Authority has no liability to settle any cost incurred by the tenderer as a result of the tendering procedure.
VI.4.1)Review body
6 Atlantic Square
Essex
CM282TL
United Kingdom
VI.4.3)Review procedure
The authority will incorporate a minimum 10 calendar day standstill period at the point that information on the award of the contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court. Any such action must be brought promptly (generally within 3 months).
VI.5)Date of dispatch of this notice:
Related Posts
Provide Security Service for City of London Corporation
University of Bedfordshire Security Tender
Security and Concierge Services Tender London