Fire and Security Goods and Services Tender
Lot 1 — consisting of; fire/intruder alarms, emergency lighting, monitoring, access control, CCTV and surveillance cameras (not highways) maintenance, call outs and consumables.
United Kingdom-Rotherham: Burglar and fire alarms
2014/S 231-407746
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Rotherham MBC
Corporate Procurement Service, Riverside House, Main Street
For the attention of: Mr Richard Speight
S60 1AE Rotherham
UNITED KINGDOM
Telephone: +44 1709255303
E-mail: richard.speight@rotherham.gov.uk
Fax: +44 1709376285
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Main site or location of works, place of delivery or of performance: Rotherham and surrounding area.
NUTS code UKE
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Number of participants to the framework agreement envisaged: 4
Duration of the framework agreement
Duration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 800 000 and 900 000 GBP
II.1.5)Short description of the contract or purchase(s)
Lot 1 — consisting of; fire/intruder alarms, emergency lighting, monitoring, access control, CCTV and surveillance cameras (not highways) maintenance, call outs and consumables.
and or
Lot 2 — consisting of; key holding, manned guarding, static guards, building patrols, gate house duties, gate locking, special events and responsive alarm call outs.
Potential providers can bid for either Lot 1 and or Lot 2
The Pre-Tender Questionnaire documents are available on the YORtender website www.yortender.co.uk
II.1.6)Common procurement vocabulary (CPV)
31625000, 79710000, 79711000, 92222000, 42961100, 35121000, 35121300, 35125300, 50610000, 73421000, 73431000, 79700000, 79713000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Range: between 800 000 and 900 000 GBP
II.2.2)Information about options
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Fire and security goods and services
1)Short description
2)Common procurement vocabulary (CPV)
31625000, 79710000, 79711000, 92222000, 42961100, 35121000, 35121300, 35125300, 50610000, 73421000, 73431000, 79700000, 79713000
Lot No: 2Lot title: Fire and security goods and services
1)Short description
2)Common procurement vocabulary (CPV)
31625000, 79710000, 79711000, 92222000, 42961100, 35121000, 35121300, 35125300, 50610000, 73421000, 73431000, 79700000, 79713000
Section III: Legal, economic, financial and technical information
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: As stated in the tender document.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As detailed in the Pre-Tender Document (PTQ).
III.2.3)Technical capacity
As detailed in the Pre-Tender Document (PTQ).
Minimum level(s) of standards possibly required:
As detailed in the Pre-Tender Document (PTQ).
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: As detailed in the Pre-Tender Document (PTQ).
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
Simon Bradley
Main Street
S60 1AE Rotherham
UNITED KINGDOM
E-mail: simon.bradley@rotherham.gov.uk
Body responsible for mediation procedures
Simon Bradley
Main Street
S60 1AE Rotherham
UNITED KINGDOM
E-mail: simon.bradley@rotherham.gov.uk
VI.4.3)Service from which information about the lodging of appeals may be obtained
S60 1AE Rotherham
E-mail: simon.bradley@rotherham.gov.uk
VI.5)Date of dispatch of this notice: