Tender for Fire Alarm and Door Entry System Services – London
Appointment to the Framework Agreement for the provision of manned security guarding, supply installation and maintenance of CCTV, network management, lone working, fire alarm and door entry systems.
United Kingdom-Walthamstow: Emergency and security equipment
2019/S 076-180993
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Waltham Forest Town Hall, 701 Forest Road
Walthamstow
E17 4JF
United Kingdom
Contact person: Mr Stephen Potter
Telephone: +44 7741077216
E-mail: Stephen.Potter@walthamforest.gov.uk
NUTS code: UKI53
Address of the buyer profile: http://www.walthamforest.gov.uk/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Lot 3: Fire Alarm and Door Entry System Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Council of the London Borough of Waltham Forest and Participating Authorities is seeking tenders from suitably experienced and qualified organisations for appointment to the Framework Agreement for the provision of manned security guarding, supply installation and maintenance of CCTV, network management, lone working, fire alarm and door entry systems (the framework) for the following lots:
— Lot 3(a): installation and maintenance of fire alarms,
— Lot 3(b): installation and maintenance of intruder alarms,
— Lot 3(c): installation and maintenance of door entry systems.
The framework shall commence on 1.7.2019 and, subject to satisfactory performance, shall continue up to and including 30.6.2023 (“the Framework Period”). The framework is available on a national basis to any public sector organisation within the United Kingdom.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Installation and Maintenance of Fire Alarms
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The framework shall commence on 1.7.2019 and, subject to satisfactory performance, shall continue up to and including 30.6.2023 (“the Framework Period”). The framework is available on a national basis to any public sector organisation within the United Kingdom. Lot 3a is for the installation and maintenance of fire alarm systems.
A maximum of four (4) providers are to be appointed to this lot. Three (3) of the providers appointed are required as a minimum to have the capacity to deliver the service in the London area with one (1) the capacity to deliver the service on a national level throughout the United Kingdom..
The Authority carries out financial appraisals of all organisations that tender for the Authority’s contracts to ensure that such organisations satisfy the Authority’s minimum standards of economic and financial standing. In this instance the Authority has set the following financial thresholds for Lot 3 as follows:
Lot 3 (a): minimum of 707 000 GBP annual turnover in last 2 years.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Installation and Maintenance of Intruder Alarms
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The framework shall commence on 1.7.2019 and, subject to satisfactory performance, shall continue up to and including 30.6.2023 (“the Framework Period”). The framework is available on a national basis to any public sector organisation within the United Kingdom. Lot 3b is for the installation and maintenance of intruder alarm systems.
A maximum of four (4) providers are to be appointed to this lot. Three (3) of the providers appointed are required as a minimum to have the capacity to deliver the service in the London area with one (1) the capacity to deliver the service on a national level throughout the United Kingdom..
The Authority carries out financial appraisals of all organisations that tender for the Authority’s contracts to ensure that such organisations satisfy the Authority’s minimum standards of economic and financial standing. In this instance the Authority has set the following financial thresholds for Lot 3 as follows:
Lot 3 (a): minimum of 600 000 GBP annual turnover in last 2 years.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Installation and Maintenance of Door Entry Systems
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The framework shall commence on 1.7.2019 and, subject to satisfactory performance, shall continue up to and including 30.6.2023 (“the Framework Period”). The framework is available on a national basis to any public sector organisation within the United Kingdom. Lot 3c is for the installation and maintenance of door entry systems.
A maximum of four (4) providers are to be appointed to this lot. Three (3) of the providers appointed are required as a minimum to have the capacity to deliver the service in the London area with one (1) the capacity to deliver the service on a national level throughout the United Kingdom..
The Authority carries out financial appraisals of all organisations that tender for the Authority’s contracts to ensure that such organisations satisfy the Authority’s minimum standards of economic and financial standing. In this instance the Authority has set the following financial thresholds for as follows:
Lot 3 (c): minimum of 440 000 GBP annual turnover in last 2 years.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
London
WC2A 2LL
United Kingdom
VI.4.3)Review procedure
The Contracting Authority will incorporate a minimum ten (10) day standstill period at the point of information on the award of the contract is communicated to tenderers. This period allows successful tenderers to seek further de-briefing from the contracting authority before the contract is entered into. Additional information should be requested from the contact in Section I.1). If an appeal regarding the award of contract has not been successfully resolved the Public Contracts Regulations 2015 (SI 2015 No 102) provide for aggrieved parties who have been harmed or at risk of harm by breach of the rules to take action in the High Court (England and Wales).
VI.5)Date of dispatch of this notice: