Extension of staff attack alarm system.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

South London & Maudsley NHS Foundation Trust
Royal Bethlem Hospital, Monks Orchard Road, Kent
Contact point(s): Patrick Dunne
BR3 3BX Beckenham
UNITED KINGDOM
Telephone: +44 2032284471
E-mail:

Internet address(es):

General address of the contracting authority: www.slam.nhs.uk

Address of the buyer profile: www.delta-esourcing.com/delta - Access Code: 4433582DJ2
Electronic access to information: www.delta-esourcing.com/delta - Access Code: 4433582DJ2
Electronic submission of tenders and requests to participate: www.delta-esourcing.com/delta - Access Code: 4433582DJ2

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and 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)Type of the contracting authority
Body governed by public law
I.3)Main activity
Health
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Kings College London
The Strand
WC2R 2LS London
UNITED KINGDOM

Kings College Hospital NHS Foundation Trust
Denmark Hill
SE5 9RS London
UNITED KINGDOM

Guys and St Thomas NHS Foundation Trust
Westminster Bridge Road
SE1 7EH London
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Extension of staff attack alarm system.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 25: Health and social services

NUTS code UKJ4

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Engineering work for security installations. Alarm systems. Surveillance and security systems and devices. Security equipment. Repair and maintenance services of security equipment. Alarm-monitoring services. Supply, install and commission a staff attack alarm system, comprising hard-wired and wireless alarms and associated control, monitoring and messaging, to be integrated with the Employer’s existing hard-wired and wireless alarm systems and maintenance of the same.

This contract is initially for use by South London & Maudsley NhS Foundaiton Trust (SLaM) however SLaM is part of the Kings's Health Partners which includes Kings College London, King's College Hospital NHS Foundation Trust and Guy's & St Thomas' NHS Foundation Trust. Any of the King's health partners may wish to appoint the chosen provider of this tender process during the contract period of 5 years and the subsequent 5 year extension. Please visit www.kingshealthpartners.org for more information about the partnership.

II.1.6)Common procurement vocabulary (CPV)

45222300, 35121700, 35120000, 35121000, 50610000, 79711000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
As detailed in the invitation to tender documents.
II.2.2)Information about options
II.2.3)Information about renewals
This contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As stated in the invitation to tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As stated in the invitation to tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As detailed in the invitation to tender documentation.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As stated in the invitation to tender documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As detailed in the invitation to tender documentation.
Minimum level(s) of standards possibly required: As detailed in the invitation to tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As detailed in the invitation to tender documentation.
Minimum level(s) of standards possibly required:
As detailed in the invitation to tender documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Accelerated restricted
Justification for the choice of accelerated procedure: Urgent clinical need.
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: As stated in the pre-qualification documents.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
P/03/12
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
9.3.2012 - 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Suppliers must read through this set of instructions and follow the process to respond to this opportunity.

The information and/or documents for this opportunity are available on https://www.delta-esourcing.com/delta. You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.

Suppliers must log in, go to your Response Manager and add the following Access Code: 4433582DJ2. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 9.3.2012 (17:00). Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.

If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on call +44 8452707050 or e-mail . GO Reference: GO-2012224-PRO-3737893.

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

South London & Maudsley NHS Foundation Trust
Royal Bethlem Hospital, Monks Orchard Road
BR3 3BX Kent
UNITED KINGDOM
Telephone: +44 2032284471
Internet address: www.slam.nhs.uk

Body responsible for mediation procedures

South London & Maudsley NHS Foundation Trust
SE1 9RT
UNITED KINGDOM

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Lodging of appeals: SLaM will incorporate a minimum 10 calendar days standstill period at the point information on the decision to award the contract is communicated to tenderers. This decision notice will incorporate the award criteria, the reasons for the decision, the reasons (if any) why a tenderer did not meet any technical specification, the identity of the successful tenderer(s) and a precise statement of when the standstill period is expected to end. Any appeal or challenge against the award decision must be communicated to the address stated in Section I.1 within the standstill period. If an appeal or challenge regarding the decision to award the contract has not been successfully resolved the Public Contracts Regulations 2006 (as amended) provide for aggrieved parties who have suffered harm or are at risk of harm by a breach of the procurement rules to take action in the High Court (England Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months) (NB this time limit may be reduced to 30 days in circumstances where the contract award has been publicised to all participants in accordance with the Regulations). Where a legal challenge is launched against the award decision SLaM is obliged to suspend the making of the contract. Where a challenge is made after the contract has been entered into then that contract could be declared ineffective and/or shortened and/or a fine imposed by the court, but only where the courts are satisfied that there has been a serious breach of the procurement rules.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
24.2.2012