Closed circuit television services Salford
Installation, maintenance and repair of electrical, fire, security systems, and inspection and testing of fixed wiring and PAT.
UK-Salford: Closed circuit television services
2013/S 107-183234
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
The Police and Crime Commissioner for Greater Manchester
Civic Centre Complex, Chorley Road, Swinton
For the attention of: Ryan O’Hanlon
M27 5DA Salford
UNITED KINGDOM
E-mail: ryan.o’hanlon@gmp.police.uk
Further information can be obtained from: The Police and Crime Commissioner For Greater Manchester
Any further information which GMP deem relevant can be obtained via the Q&A section for this tender opportunity at www.bluelight.gov.uk
UNITED KINGDOM
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The Police and Crime Commissioner for Greater Manchester
Any additional documentation for this tender opportunity can be found at www.bluelight.gov.uk
UNITED KINGDOM
Tenders or requests to participate must be sent to: The Police and Crime Commissioner for Greater Manchester
This tender opportunity will be carried out using a third party e tendering system via the Bluelight website. In order to tender for this opportunity you must first register your company’s details on the following website: www.bluelight.gov.uk Once registered, the PQQ and any other documentation will be available to you. All tender documentation including the PQQ, the specification and the terms and conditions for this contract will be available via www.bluelight.gov.uk
UNITED KINGDOM
Section II: Object of the contract
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Greater Manchester, United Kingdom.
NUTS code UKD3
Duration of the framework agreement
Duration in years: 2
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 1 000 000 and 1 200 000 GBP
The contract will be divided into 6 Lots. These Lots are as follows.
1. Maintenance, Repair and Installation of CCTV across GMP estate including custody suites;
2. Alarm Monitoring;
3. Maintenance, Repair and Installation of Intruder Alarms and Access Control Systems;
4. Maintenance, Repair and Installation of Fire Alarm Systems;
5. Supply, Service and Maintenance of Fire Extinguishers;
6. Portable Appliance Testing, Fixed Wire Testing and Emergency Lighting Testing – including repairs and remedial works.
92222000, 35121700, 71314100, 31625000, 42961100, 35111300
Tenders may be submitted for one or more lots
Lot 2: Alarm Monitoring;
Lot 3: Maintenance, Repair and Installation of Intruder Alarms and Access Control Systems;
Lot 4: Maintenance, Repair and Installation of Fire Alarm Systems;
Lot 5: Supply, Service and Maintenance of Fire Extinguishers;
Lot 6: Portable Appliance Testing, Fixed Wire Testing and Emergency Lighting Testing – including repairs and remedial works.
Estimated value excluding VAT:
Range: between 1 000 000 and 1 200 000 GBP
Information about lots
Lot No: 1 Lot title: Maintenance, repair and installation of CCTV across GMP estate including custody suites
92222000, 35121700, 71314100, 31625000, 42961100, 35111300
92222000, 35121700, 71314100, 31625000, 42961100, 35111300
92222000, 35121700, 71314100, 31625000, 42961100, 35111300
92222000, 35121700, 71314100, 31625000, 42961100, 35111300
92222000, 35121700, 71314100, 31625000, 42961100, 35111300
92222000, 35121700, 71314100, 31625000, 42961100, 35111300
Section III: Legal, economic, financial and technical information
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking’s overall turnover and, where appropriate , of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information of these turnovers is available.
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: – where the recipient was a contracting authority, in the form of certificates issues or countersigned by the competent authority, – where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capabilities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contracts;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so request; (ii) certificates drawn up by official quality control institutes or agencies of recognized competence attesting the conformity of products clearly identified by references to specifications or standards.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: It is envisaged that each of the six lots will be awarded to a single supplier.
Payable documents: no
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
This tender opportunity will be carried out using a third party e tendering system via the Bluelight website. In order to tender for this opportunity you must first register your company’s details on the following website: www.bluelight.gov.uk
The website is easily navigated, there is no fee to register and no subscription charge. All tender documentation will be available via this website, only. You are not required to contact gmp procurement department directly to express interest in this tender opportunity.
VI.5)Date of dispatch of this notice:3.6.2013