Access Control System Tender Cambridge
A contract for the maintaining of the access control systems at the LMB and ARES facility in Cambridge.
United Kingdom-Swindon: Access control system
2019/S 103-249923
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Polaris House
Swindon
SN2 1FF
United Kingdom
Contact person: Kevin Griffiths
Telephone: +44 1793867005
E-mail: fmprocurement@uksbs.co.uk
NUTS code: UKK14
I.3)Communication
St Martins House, 1 Lyric Square
London
United Kingdom
Telephone: +44 3450103503
E-mail: ExpressionOfInterest@crowncommercial.gov.uk
NUTS code: UKIInternet address(es):Main address: https://gpsesourcing.cabinetoffice.gov.uk
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Access Control System at LMB and ARES
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
UK Shared Business Services (UK SBS), on behalf of UK Research and Innovation, wishes to establish a contract for the maintaining of the access control systems at the LMB and ARES facility in Cambridge.
UK SBS is managing this procurement process in accordance with the Public Contracts Regulations 2015 (as may be amended from time to time) (the ‘Regulations’).
The Access Control System maintenance service shall ensure that all maintainable assets, including software, non-fixed plant and equipment within the various premises (identified from the asset list and supplemented where necessary by an initial site survey), are maintained to the required ‘fit for function’ performance level, meeting the manufacturer’s and installer’s recommendations (whilst taking account of any supplementary servicing needs that arise from the as-built environment) and to ensure strict compliance with all statutory/legal and mandatory obligations.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Medical Research Council, Laboratory of Molecular Biology, Hills Road, Cambridge, CB2 0QH.
II.2.4)Description of the procurement:
Scope of Service for the Access Control Bundle — LMB and ARES.
The access control system maintenance service shall ensure that all maintainable assets, including software, non-fixed plant and equipment within the various premises (identified from the asset list and supplemented where necessary by an initial site survey), are maintained to the required ‘fit for function’ performance level, meeting the manufacturer’s and installer’s recommendations (whilst taking account of any supplementary servicing needs that arise from the as-built environment) and to ensure strict compliance with all statutory/legal and mandatory obligations. Business continuity is imperative as numerous key scientific areas require 24/7 response within 4 hours to FM problems as failures of scientific experiments can put weeks/months of research in jeopardy.
All submissions will be assessed in accordance with the Public Contracts Regulations 2015.
This procurement will be managed electronically via the Crown Commercial Service’s e-Sourcing Suite. To participate in this procurement, you must first be registered on the e-Sourcing Suite. If bidders are not yet registered then this can be done online at https://gpsesourcing.cabinetoffice.gov.uk/emptoris by following the link ‘Supplier eSourcing Registration’.
Please note: To register bidders must have a valid DUNS number for the organisation they are registering.
Registration may take some time, please ensure that you allow sufficient time to register.
Full instructions for registration and use of the system can be found at https://www.gov.uk/government/publications/become-a-crown-commercial-service-supplier/becoming-a-supplier-through-the-crown-commercial-service-what-you-need-to-know
Once registered, you can express an interest for a specific procurement by emailing ExpressionOfInterest@crowncommercial.gov.uk
The registered user will receive a notification email to alert them once they have been linked into the requested procurement.
As a user of the e-Sourcing Suite you will have access to the Emptoris messaging service, which facilitates all messages sent to you and from you in relation to the RFX event.
The Contracting Authority expressly reserves the right:
(i) not to award any contract as a result of the procurement process commenced by publication of this notice; and
(ii) to make whatever changes it may see fit to the content and structure of the procurement; and in no circumstances, will the Contracting Authority be liable for any costs incurred by any supplier.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is the option for 2 further years to be added in + 1 + 1.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Mobilisation:
During a period from 3 months before contract start date, by appointment, the site will be available to the contractor for additional surveys to familiarise themselves and their teams with the equipment, assets and systems that they will be responsible for maintaining through the duration of the contract.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
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.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
The Contracting Authority expressly reserves the right:
(i) not to award any contract as a result of the procurement process commenced by publication of this notice; and
(ii) to make whatever changes it may see fit to the content and structure of the procurement; and in no circumstances will the Contracting Authority be liable for any costs incurred by and supplier. If the Contracting Authority decides to enter in a contract with the successful supplier, this dos not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of bidders. All submissions will be assessed in accordance with the Public Contracts Regulations 2015, for procurement values that exceed Regulation 5 (Threshold amounts).
The sourcing documents can be accessed at: https//gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in I.3).
The Contracting Authority (CA) will continue to utilise the Official Journal of the European Union (OJEU) for this procurement if the United Kingdom (UK) is able to gain access to the OJEU.
If, however during this procurement process the UK exits the EU and this does not allow for any transitional arrangements of access aligned to the timings of the procurement, the Contracting Authority will as directed by the UK Governments Cabinet Office (via Crown Commercial Services) utilise the UK Governments own procurement portal to discharge the balance of its statutory obligations associated with this procurement.
VI.4.1)Review body
policy@uksbs.co.uk
Swindon
SN2 1FF
United KingdomInternet address: www.uksbs.co.uk
VI.4.4)Service from which information about the review procedure may be obtained
Swindon
SN2 1FF
United Kingdom
E-mail: policy@uksbs.co.ukInternet address: www.uksbs.co.uk
VI.5)Date of dispatch of this notice: