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

Bedfordshire Police & Cambridgeshire Constabulary Security Systems Maintenance.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Bedfordshire Police
FCPU, Bedfordshire Police Headquarters, Woburn Road
For the attention of: Jim Bates
MK43 9AX Kempston
UNITED KINGDOM
Telephone: +44 1234842363
E-mail:

Internet address(es):

General address of the contracting authority: www.bluelight.gov.uk

Further information can be obtained from: Information via www.bluelight.gov.uk
Suppliers wishing to express an interest in this tender opportunity, should go to www.bluelight.gov.uk/opportunities, log in and enter the following reference number QTLE-9DMBHX in the search criteria, select and register interest. The Pre-Qualification Questionnaire (PQQ) will then be available to download. Suppliers not already registered on the Bluelight ProContract eTendering system, will need to go to www.bluelight.gov.uk and click on the "Register Company” link on the left hand side. Once the registration has been processed they then need to return to the tender opportunity, and register an expression of interest.
For the attention of: Jim Bates
UNITED KINGDOM
Telephone: +44 1234842363

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Documents via www.bluelight.gov.uk
Pre Qualification Questionnaire and any additional documents will be available as attachments in the Invitation to Tender reference QTLE-9DMBHX on www.bluelight.gov.uk
For the attention of: Jim Bates
UNITED KINGDOM
Telephone: +44 1234842363

Tenders or requests to participate must be sent to: Participation via www.bluelight.gov.uk
Suppliers wishing to express an interest in this tender opportunity, should go to www.bluelight.gov.uk/opportunities, log in and enter the following reference number QTLE-9DMBHX in the search criteria, select and register interest. The Pre-Qualification Questionnaire (PQQ) will then be available to download. Suppliers not already registered on the Bluelight ProContract eTendering system, will need to go to www.bluelight.gov.uk and click on the "Register Company” link on the left hand side. Once the registration has been processed they then need to return to the tender opportunity, and register an expression of interest
For the attention of: Jim Bates
UNITED KINGDOM
Telephone: +44 1234842363

I.2)Type of the contracting authority
Regional or local agency/office
I.3)Main activity
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: yes

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Bedfordshire Police & Cambridgeshire Constabulary Security Systems Maintenance.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Various sites within the Bedfordshire Police and Cambridgeshire Constabulary regions.

NUTS code UKH

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)
Bedfordshire Police and Cambridgeshire Constabulary require security systems maintenance services as follows:
Inspection, Testing & Maintenance of CCTV (including video entry), access control, security vehicle barrier & gates, Intruder & Personal Attack Alarm Installations and other Security Systems as directed.
Level of Cover.
Comprehensive cover for the routine servicing and repair of CCTV (including video entry), Security Vehicle barriers, Gates, Access Control, Intruder & Personal Attack Alarm Systems listed in the Pricing Schedule.
The cover will include all servicing and general repairs to the systems, excluding replacement parts. In the event that any aspect of any system should fail, i.e., the control panel, PCB etc. and requires replacement the contractor will ensure the continued operation of the system by a replacement or substitution without delay. The contractor will then inform the contract Administrator(s) as soon as possible to report the fault and action taken and will provide a competitive quotation for permanent re-instatement should it be required.
The cover shall not include the following:
a) Damage caused by water ingress;
b) Damage caused by vandalism;
c) Replacement of components, consumable items, etc. (e.g. batteries);
d) Installation and cable faults.
But will include:
e) Oil, grease and other lubricants;
f) All labels, instructions, signs associated with use, maintenance, safety and emergency action.
II.1.6)Common procurement vocabulary (CPV)

50324100, 35120000, 35121700, 72250000, 72253200

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:
Estimated value excluding VAT:
Range: between 500 000 and 1 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: This may at a late stage include either Hertfordshire Constabulary and /or Bedfordshire Fire & Rescue.
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 1
II.3)Duration of the contract or time limit for completion
Starting 6.5.2014. Completion 5.5.2017

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;
(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.
Information and formalities necessary for evaluating if requirements are met:
Please see Pre-Qualification Questionnaire.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where appropriate , of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information of these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
Please see Pre-Qualification Questionnaire
Minimum level(s) of standards possibly required: Please see Pre-Qualification Questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Please see Pre Qualification Questionnaire
Minimum level(s) of standards possibly required:
Please see Pre Qualification Questionnaire.
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

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 minimum number 6: and maximum number 12
Objective criteria for choosing the limited number of candidates: As per Pre Qualification Questionnaire.
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:
E/4/0069/13
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 23.12.2013 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
23.11.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
17.1.2014
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 of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
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
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:
20.11.2013