Security Equipment Maintenance and Installation Tender
Lot 1: Electronic Security Maintenance for Northumbrian Water and Essex and Suffolk Water Operating Areas; Lot 2: CCTV Maintenance for the Northumbrian Water Operating Area; Lot 3: CCTV Maintenance for the Essex and Suffolk Operating Area.
United Kingdom-Durham: Repair and maintenance services of security equipment
2014/S 087-153102
Contract notice – utilities
Services
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Northumbrian Water Limited
Boldon House, Wheatlands Way, Pity Me
For the attention of: John Murray
DH1 5FA Durham
UNITED KINGDOM
Telephone: +44 8706084820
E-mail: amp6securitytender@nwl.co.uk
Internet address(es):
General address of the contracting entity: www.nwl.co.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Main activity
I.3)Contract award on behalf of other contracting entities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting entity:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: The contract will be performed across Northumbrian Water Limited’s operating area. This includes both the Northumbrian Water Operating area and the Essex and Suffolk Operating area.
NUTS code UKC,UKH3,UKH1
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 5
Duration of the framework agreement
Duration in years: 6
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT
Range: between 2 000 000 and 2 500 000 GBP
II.1.5)Short description of the contract or purchase(s):
The requirement will be split into the following lots:
Lot 1: Electronic Security Maintenance for Northumbrian Water and Essex and Suffolk Water Operating Areas;
Lot 2: CCTV Maintenance for the Northumbrian Water Operating Area;
Lot 3: CCTV Maintenance for the Essex and Suffolk Operating Area;
Lot 4: Gates and Barrier Systems Maintenance for Nortumbrian Water Operating Area;
Lot 5: Gates and Barrier Systems Maintenance for Essex and Suffolk Water Operating Area.
II.1.6)Common procurement vocabulary (CPV)
50610000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Information about lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The requirement will be split into the following lots and full details of the Lots can be found in Annex B (Information About Lots).
Estimated value excluding VAT
Range: between 2 000 000 and 2 500 000 GBP
II.2.2)Information about options
Description of these options: The contracting entity reserves the option to remove permanently or suspend suppliers at any time who fall below acceptable standards of performance in any respect.
II.2.3)Information about renewals
Number of possible renewals:
Range: between 1 and 3
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Lot 1: Electronic Security Maintenance for Northumbrian Water and Essex and Suffolk Water Operating Area
1)Short description:
Intruder Alarms, Electronic Access Control (PAC), intercoms, electric fences, electronic locks, first line response for Cortech (security software system) and the first line response for barriers and gates. NWL will require routine maintenance (generally 6 monthly/annually) as well as breakdown maintenance response and repair. This lot requires a 24/7, 365 day stand-by arrangement to cater for emergency response (max 4 hour response) to critical equipment. Minor capital works will typically also be delivered through the maintenance provider where repairs to existing assets are not financially viable.
2)Common procurement vocabulary (CPV)
50610000
3)Quantity or scope:
Intruder Alarms, Electronic Access Control (PAC), intercoms, electric fences, electronic locks, first line response for Cortech (security software system) and the first line response for barriers and gates. NWL will require routine maintenance (generally 6 monthly/annually) as well as breakdown maintenance response and repair. This lot requires a 24/7, 365 day stand-by arrangement to cater for emergency response (max 4 hour response) to critical equipment. Minor capital works will typically also be delivered through the maintenance provider where repairs to existing assets are not financially viable.
Estimated value excluding VAT
Range: between 1 260 000 and 1 500 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots:
Lot No: 2 Lot title: Lot 2: CCTV Maintenance for Northumbrian Water operating area
1)Short description:
Cameras and installation, video recording, interfacing with Cortech, IP based CCTV, camera controls, screens and monitors, column physical installs and lamps, local and remote monitoring. NWL will require routine maintenance (generally 6 monthly/annually) as well as breakdown maintenance response and repair. NWL will require the supplier to have the capability to attend site within 24 hours from notification of a request. Minor capital works will typically also be delivered through the maintenance provider where repairs to existing assets are not financially viable.
2)Common procurement vocabulary (CPV)
50610000
3)Quantity or scope:
Cameras and installation, video recording, interfacing with Cortech, IP based CCTV, camera controls, screens and monitors, column physical installs and lamps, local and remote monitoring. NWL will require routine maintenance (generally 6 monthly/annually) as well as breakdown maintenance response and repair. NWL will require the supplier to have the capability to attend site within 24 hours from notification of a request. Minor capital works will typically also be delivered through the maintenance provider where repairs to existing assets are not financially viable.
Estimated value excluding VAT
Range: between 300 000 and 350 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots:
Lot No: 3 Lot title: Lot 3: CCTV Maintenance for Essex and Suffolk operating area
1)Short description:
Cameras and installation, video recording, interfacing with Cortech, IP based CCTV, camera controls, screens and monitors, column physical installs and lamps. NWL will require routine maintenance (generally 6 monthly/annually) as well as breakdown maintenance response and repair. NWL will require the supplier to have the capability to attend site within 24 hours from notification of a request. Minor capital works will typically also be delivered through the maintenance provider where repairs to existing assets are not financially viable.
2)Common procurement vocabulary (CPV)
50610000
3)Quantity or scope:
Cameras and installation, video recording, interfacing with Cortech, IP based CCTV, camera controls, screens and monitors, column physical installs and lamps. NWL will require routine maintenance (generally 6 monthly/annually) as well as breakdown maintenance response and repair. NWL will require the supplier to have the capability to attend site within 24 hours from notification of a request. Minor capital works will typically also be delivered through the maintenance provider where repairs to existing assets are not financially viable.
Estimated value excluding VAT
Range: between 120 000 and 150 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots:
Lot No: 4 Lot title: Lot 4: Gates and Barriers Systems Maintenance for Northumbrian Water operating area
1)Short description:
Pedestrian gates, access gates, turnstiles, physical barriers, IP/GSM Interface and Interface to Cortech/CCTV systems/Alarm systems/ signage. NWL will require routine maintenance (generally 6 monthly/annually) as well as breakdown maintenance response and repair. NWL will require the supplier to have the capability to attend site within 24 hours from notification of a request. Minor capital works will typically also be delivered through the maintenance provider where repairs to existing assets are not financially viable.
2)Common procurement vocabulary (CPV)
50610000
3)Quantity or scope:
Pedestrian gates, access gates, turnstiles, physical barriers, IP/GSM Interface and Interface to Cortech/CCTV systems/Alarm systems/ signage. NWL will require routine maintenance (generally 6 monthly/annually) as well as breakdown maintenance response and repair. NWL will require the supplier to have the capability to attend site within 24 hours from notification of a request. Minor capital works will typically also be delivered through the maintenance provider where repairs to existing assets are not financially viable.
Estimated value excluding VAT
Range: between 300 000 and 350 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots:
Lot No: 5 Lot title: Lot 5: Gates and Barriers Systems Maintenance for Essex and Suffolk operating area
1)Short description:
2)Common procurement vocabulary (CPV)
50610000
3)Quantity or scope:
Estimated value excluding VAT
Range: between 120 000 and 150 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots:
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
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.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Section IV: Procedure
IV.1.1)Type of procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting entity:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information:
The deadline for the return of the completed pre-qualification documents is the 6.6.2014 at 16:00.
Applicants wishing to participate must register their interest via the email address in I.1 to the contracting entity before the deadline stated in IV.3.3 and provide the following information;
1) Full company name;
2) Main contact details of the person who will receive the documents through the Ariba portal when issued (name, job title, email address, telephone number);
3) Lot(s) you wish to be considered for;
All applicants, whether single applicants or part of a Joint Venture/Consortium must apply on an individual basis, with reference made to the proposed Joint Venture/Consortium partners where this applies. Dates and estimated values shown in this Contract Notice are only indicative at this stage.
VI.5)Date of dispatch of this notice: