Security Services and CCTV Maintenance Tender – Kent
Lot 1: security services; planned preventative maintenance.
United Kingdom-Ashford: Repair and maintenance services of security equipment
2020/S 036-086338
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: 110/120 Upper Pemberton, Eureka Park, Kennington
Town: Ashford
NUTS code: UK
Postal code: TN25 4AZ
Country: United Kingdom
Contact person: Mrs Janette Jessup
E-mail: janette.jessup@nhs.net
Telephone: +44 1233667840
Address of the buyer profile: http://www.kentcht.nhs.uk
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Security Services and maintenance and CCTV Maintenance
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Kent Community Health NHS Foundation Trust is seeking expressions of interest (EOI) from suitable suppliers to provide services for:
Lot 1: security services; planned preventative maintenance (PPM) and ad-hoc call out for access control (Paxton Net 2 System). Intruder alarm PPM, ad-hoc call-out and response. Key holding; locks and unlocks. Ad-hoc mobile patrol and static guard;
Lot 2: CCTV; planned preventative maintenance using milestone system software and ad-hoc call-out. Any suppliers that are not milestone preferred partners, will be required to confirm that they are able to provide the requirements for PPM activity for milestone system software and confirm how this will be achieved.
Provision will be required for both lots within core and non-core hours.
Core hours: Monday to Friday 8 a.m. to 18 p.m.
Non-core hours: 18.01 p.m. to 7.59 a.m. Saturdays, Sundays and Public Holidays 8 a.m. to 7.59 a.m. (24 hours).
There are approximately 27 premises and locations across Kent and part of East Sussex requiring provision of these services, which can include shared agency occupancy and commercial leases: community hospitals, out-patient units, health centres and clinics, minor injury units and administration only premises. It is envisaged that the quantity of sites will vary over the next 3 years in accordance with the authority’s estates strategy plan and commissioned service provision. Please note that the authority is winning service contracts outside the geographical boundaries of Kent and East Sussex which may in future be included within the contract provision.
Expressions of interest must be submitted via the Authority’s Procurement portal Pro-contract/Due North under Opportunity number DN459331. Any correspondence to the Authority’s staff email address will be disregarded. Please follow this link to register on the portal: https://procontract.due-north.com/Login/Index?ReturnUrl=%2fLogin%2fLogUserOut
Providers will be required to complete a selection questionnaire (SQ) stage; the SQ documents will be released to all providers after the EOI stage has closed on 23.3.2020 10 a.m. SQs will be evaluated as per instructions on the SQ document; the top 10 providers for each lot will be invited through to the next stage to submit a tender response. Providers can bid for Lot 1, Lot 2 or both.
The tender submissions will be evaluated on financial criteria 60 % and quality criteria 40 %.
II.1.5)Estimated total value
II.1.6)Information about lots
Lot 1: security services; planned preventative maintenance (PPM) and ad-hoc call out for access control (Paxton Net 2 System). Intruder alarm PPM, ad-hoc call-out and response. Key holding; locks and unlocks. Ad-hoc Mobile patrol and static guard;
Lot 2: CCTV; planned preventative maintenance using milestone system software and ad-hoc call-out.
II.2.1)Title:
Provision of Security Services and Maintenance
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
There are approximately 27 premises and locations across Kent and part of East Sussex requiring provision of these services, which can include shared agency occupancy and commercial leases: community hospitals, out-patient units, health centres and clinics, minor injury units and administration only premises.
II.2.4)Description of the procurement:
Security services; planned preventative maintenance (PPM) and ad-hoc call out for access control (Paxton Net 2 System). Intruder alarm PPM, ad-hoc call-out and response. Key holding; locks and unlocks. Ad-hoc mobile patrol and static guard. Core and non-core hours.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Possible 24 months extension in 12-month tranches.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
CCTV; Planned Preventative Maintenance Using Milestone System Software and Ad-hoc Call-out
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
There are approximately 11 premises and locations across Kent requiring provision of these services, which can include shared agency occupancy and commercial leases: community hospitals, out-patient units, health centres and clinics, minor injury units and administration only premises.
II.2.4)Description of the procurement:
CCTV; planned preventative maintenance using milestone system software and ad-hoc call-out. Any suppliers that are not milestone preferred partners, will be required to confirm that they are able to provide the requirements for PPM activity for Milestone System Software and confirm how this will be achieved. Core and non-core hours.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Possible 24 months extension in 12-month tranches.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
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
Section VI: Complementary information
VI.1)Information about recurrence
This will be retendered at the end of the initial contract period (36 years) or within the extension period (24 months, 2 extensions).
VI.4.1)Review body
Postal address: The Oast, Unit D Hermitage Court, Hermitage Lane
Town: Maidstone
Postal code: ME16 9NT
Country: United Kingdom
E-mail: gordon.flack@nhs.net
Telephone: +44 1622211934
VI.5)Date of dispatch of this notice: