By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Access Control - Kent & Medway Towns Fire Authority.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

Kent County Council on behalf of The Kent & Medway Towns Fire Authority
Procurement - Commercial Services, 1 Abbey Wood Road, Kings Hill
Contact point(s): Please see advertisement at www.businessportal.southeastiep.gov.uk
ME19 4YT West Malling
UNITED KINGDOM
E-mail:

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
General public services
Public order and safety
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Access Control - Kent & Medway Towns Fire Authority.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Kent.

NUTS code UKJ

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

Duration of the framework agreement

Duration in months: 48

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 200 000 GBP
II.1.5)Short description of the contract or purchase(s)
In accordance with The Authority's standing orders, Kent and Medway Town's Fire Authority has a need to upgrade and replace the current Automated Access Control System (AACS) at the Service Headquarters and to extend the operations to 59 other establishments across the county of Kent. The scope and extent of this will depend on financial constraints and developing priorities but the intention is to provide some control at each site and prospective tenderers will be asked to bid on this basis. This new system will meet the needs identified in an overarching review of physical security processes.
II.1.6)Common procurement vocabulary (CPV)

42961100

II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
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.1.4)Other particular conditions
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: Any supplier may be disqualified who:
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 7
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
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
Y14049
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
28.10.2013 - 12:00
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
in days: 120 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information

This opportunity will be completed electronically via ProContract, a site run by Due North. Interested organisations should go to www.businessportal.southeastiep.gov.uk to register and express interest. Once you have successfully expressed interest via the portal you will be sent an email directing you to the ProContract site from which you will be able to access and download the Pre Qualification Questionnaire (PQQ) documentation and any other relevant information. This email should be retained, as it will contain your direct link to the ProContract portal, for information purposes only the link is www.businessportal.southeastiep.gov.uk/procontract/supplier.nsf

Do not use this link now.
Please follow the routine below to gain access:

Go to www.businessportal.southeastiep.gov.uk

Select ‘Opportunities' from menu,
Select region to view ‘Kent',
Select council to view ‘Kent County Council',
Select ‘Access Control at Services HQ and Various Kent Fire & Rescue Sites - Y14049'.
You will be asked to ‘register and express interest' or ‘express interest'. The route taken will depend on whether you are already registered as a supplier on the portal.
Once done, you will receive an email that contains a link which will enable you to access and download the PQQ which will contain all the available information.
Tenderers should also note that final submissions must be made via ProContract, no other submission route is permitted. Failure to follow this path will result in the PQQ submission being disregarded.
The closing date for submission of full and final PQQs is 12:00 hours on 28th October 2013. PQQs submitted after this date will not be accepted.
Any questions or clarifications must be submitted through the ProContract portal no later than 21st October 2013. The Contracting Authority will endeavor to answer all questions and clarification requests prior to the submission date, however those received after the 21st October 2013 will not be answered.
All documents pertaining to this opportunity will be available for download via the procontract portal from the outset. Please ensure you are able to download all files immediately after accessing the ProContract portal.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
26.9.2013