Supply and Delivery of Electronic Security Equipment to Leeds City Council
Leeds City Council proposes to enter into a framework agreement for the supply and delivery of electronic security equipment. 6 Lots.
United Kingdom-Leeds: Security, fire-fighting, police and defence equipment
2020/S 138-340762
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Fourth Floor, St George House, 40 Great George Street
Town: Leeds
NUTS code: UKE42 Leeds
Postal code: LS1 3DL
Country: United Kingdom
Contact person: Thomas Regan
E-mail: procurement.and.governance@leeds.gov.uk
Telephone: +44 1133785401
Address of the buyer profile: http://www.leeds.gov.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Supply and Delivery of Electronic Security Equipment
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Leeds City Council proposes to enter into a framework agreement for the supply and delivery of electronic security equipment. This includes CCTV, video recorders, intruder alarm systems, door access systems.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Bosch Products
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Supply and delivery of Bosch products.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
One optional extension of 12 months available.
II.2.9)Information about the limits on the number of candidates to be invited
Applicants must pass all qualifying criteria outlined within the SSQ documentation in order to be considered further.
Applicants must score a minimum of 50 % on the marked section in addition to criteria specific minimum thresholds, to be considered for short listing to the tender stage.
The five highest ranking suppliers will be shortlisted to tender stage.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Vanderbilt Products
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Supply and delivery of Vanderbilt products.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
One optional extension of 12 months available.
II.2.9)Information about the limits on the number of candidates to be invited
Applicants must pass all qualifying criteria outlined within the SSQ documentation in order to be considered further.
Applicants must score a minimum of 50 % on the marked section in addition to criteria specific minimum thresholds, to be considered for short listing to the tender stage.
The five highest ranking suppliers will be shortlisted to tender stage.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
HID Products
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Supply and delivery of HID products.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
One optional extension of 12 months available.
II.2.9)Information about the limits on the number of candidates to be invited
Applicants must pass all qualifying criteria outlined within the SSQ documentation in order to be considered further.
Applicants must score a minimum of 50 % on the marked section in addition to criteria specific minimum thresholds, to be considered for short listing to the tender stage.
The five highest ranking suppliers will be shortlisted to tender stage.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Honeywell Products
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Supply and delivery of Honeywell products.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
One optional extension of 12 months available.
II.2.9)Information about the limits on the number of candidates to be invited
Applicants must pass all qualifying criteria outlined within the SSQ documentation in order to be considered further.
Applicants must score a minimum of 50 % on the marked section in addition to criteria specific minimum thresholds, to be considered for short listing to the tender stage.
The five highest ranking suppliers will be shortlisted to tender stage.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Quantec Products
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Supply and delivery of Quantec products.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
One optional extension of 12 months available
II.2.9)Information about the limits on the number of candidates to be invited
Applicants must pass all qualifying criteria outlined within the SSQ documentation in order to be considered further.
Applicants must score a minimum of 50 % on the marked section in addition to criteria specific minimum thresholds, to be considered for short listing to the tender stage.
The five highest ranking suppliers will be shortlisted to tender stage.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Pyronix Products
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Supply and delivery of Pyronix products.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
One optional extension of 12 months available.
II.2.9)Information about the limits on the number of candidates to be invited
Applicants must pass all qualifying criteria outlined within the SSQ documentation in order to be considered further.
Applicants must score a minimum of 50 % on the marked section in addition to criteria specific minimum thresholds, to be considered for short listing to the tender stage.
The five highest ranking suppliers will be shortlisted to tender stage.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Xtralis Products
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Supply and delivery of Xtralis products.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
One optional extension of 12 months available.
II.2.9)Information about the limits on the number of candidates to be invited
Applicants must pass all qualifying criteria outlined within the SSQ documentation in order to be considered further.
Applicants must score a minimum of 50 % on the marked section in addition to criteria specific minimum thresholds, to be considered for short listing to the tender stage.
The five highest ranking suppliers will be shortlisted to tender stage.
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 External Fully Functional, External Fixed, Internal Fully Functional, Internal Fixed (Digital)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Supply and delivery of CCTV external fully functional, external fixed, internal fully functional, internal fixed (digital).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
One optional extension of 12 months available.
II.2.9)Information about the limits on the number of candidates to be invited
Applicants must pass all qualifying criteria outlined within the SSQ documentation in order to be considered further.
Applicants must score a minimum of 50 % on the marked section in addition to criteria specific minimum thresholds, to be considered for short listing to the tender stage.
The five highest ranking suppliers will be shortlisted to tender stage.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Digital Video Recorders, Networked Video Recorders and Video Management Systems
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Supply and delivery of digital video recorders, networked video recorders and video management systems.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
One optional extension of 12 months available.
II.2.9)Information about the limits on the number of candidates to be invited
Applicants must pass all qualifying criteria outlined within the SSQ documentation in order to be considered further.
Applicants must score a minimum of 50 % on the marked section in addition to criteria specific minimum thresholds, to be considered for short listing to the tender stage.
The five highest ranking suppliers will be shortlisted to tender stage.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Intruder Alarm Systems
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Supply and delivery of Intruder alarm systems.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
One optional extension of 12 months available.
II.2.9)Information about the limits on the number of candidates to be invited
Applicants must pass all qualifying criteria outlined within the SSQ documentation in order to be considered further.
Applicants must score a minimum of 50 % on the marked section in addition to criteria specific minimum thresholds, to be considered for short listing to the tender stage.
The five highest ranking suppliers will be shortlisted to tender stage.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Door Access Control/Intercom Systems
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Supply and delivery of door access control/intercom systems.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
One optional extension of 12 months available.
II.2.9)Information about the limits on the number of candidates to be invited
Applicants must pass all qualifying criteria outlined within the SSQ documentation in order to be considered further.
Applicants must score a minimum of 50 % on the marked section in addition to criteria specific minimum thresholds, to be considered for short listing to the tender stage.
The five highest ranking suppliers will be shortlisted to tender stage.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Cables, Cabinets, Accessories
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Supply and delivery of cables, cabinets, accessories.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
One optional extension of 12 months available.
II.2.9)Information about the limits on the number of candidates to be invited
Applicants must pass all qualifying criteria outlined within the SSQ documentation in order to be considered further.
Applicants must score a minimum of 50 % on the marked section in addition to criteria specific minimum thresholds, to be considered for short listing to the tender stage.
The five highest ranking suppliers will be shortlisted to tender stage.
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
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
See SSQ documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
VI.3)Additional information:
To access this procurement opportunity please visit http://www.yortender.co.uk/procontract/supplier.nsf and search under current opportunities for DN440700. You can access the standard selection questionnaire (SSQ), which you must return and you have unrestricted and full direct access to the tender documentation.
This procurement process is a two-stage process and you will only be invited to tender if you have been successful and shortlisted from this first stage, SSQ. If you wish to be considered you must complete and submit a completed SSQ by the specified closing date and time. Submissions cannot be uploaded after this return deadline.
Economic operators are solely responsible for their costs and expenses incurred with the preparation of their tender and all future stages of the procurement. Under no circumstances will the Council be liable for costs or expenses borne by the economic operators.
The Council reserves the right at any time to cease the procurement process and not award a contract or to award only part of the opportunity described in this notice. If the Council takes up this right, then they will not be responsible for or pay the expenses or losses, which may be incurred by any organisation or tenderer as a result.
If you are experiencing problems, YORtender have a supplier help guide on their website or alternatively you can log a call at http://proactis.kayako.com/procontractv3/Core/Default/Index or email ProContractSuppliers@proactis.com
Any questions relating to this procurement must be made via correspondence on the YORtender website, in accordance with the procurement documents.
VI.4.1)Review body
Postal address: The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.3)Review procedure
Where necessary in order to comply with the Public Contracts Regulations 2015 this authority will incorporate a minimum 10 calendar days standstill period at the point information on the award contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Such additional information should be requested from the addressee found in I.1). If an appeal regarding the award of a contract has not been successfully resolved the (for Public Sector) Public Contracts Regulations 2015 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into the court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the court may only award damages. Following the 10 day standstill period, if no further debriefing has been requested, the court may only award damages once the contract has been entered into.
VI.5)Date of dispatch of this notice: