Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Leicester City Council
B Block, 6th Floor, New Walk Centre, Welford Place
LE1 6ZG Leicester
UNITED KINGDOM
Telephone: +44 1164544024
E-mail:
Internet address(es):
Electronic submission of tenders and requests to participate: https://www.delta-esourcing.com/tenders/UK-LEICESTER:-Access-control-system./X6NYAN6KY8
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 authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe 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:Responsive Repairs of Door Entry Systems to include: System Replacement; Installation, Service, Maintenance and associated equipment, citywide, Leicester 2014-2016.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 1: Maintenance and repair services
NUTS code UKF21
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)Access control system. Surveillance and security systems and devices. Security fittings. Security equipment. Magnetic-card system. Electrotechnical equipment. Installation of doors and windows and related components. Windows, doors and related items. Building installation work. Electrical installation work. Electrical wiring and fitting work. Leicester City Council wishes to appoint a qualified and experienced Electronic Door Access Systems contractor to carry out System Replacement; Installation, service, maintenance and associated equipment Door Entry Systems within the Leicester City Council Housing Stock. The anticipated commencement date is approximately may 2014 and will operate for a period of 2 years with an option to extend for a further 1+ 1 + 1 years, dependent upon the contractor's performance at the end of Year 2 and this shall be at Leicester City Council's sole discretion. This contract shall be a "call off Contract". There will be no guarantee or value of work given under this contract and it will signed on a non-exclusivity basis.
II.1.6)Common procurement vocabulary (CPV)42961100, 35120000, 35121300, 35121000, 35123100, 31730000, 45421100, 44221000, 45300000, 45310000, 45311000
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis 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:The works included in this contact is the Maintenance/Service/Refurbishment and Installation of new electronic Door Access systems in the Leicester City Council Housing Stock, which currently has approximately 650 systems. New Installations and Refurbishments are dependent on allocated budgets per annum. The contractor shall be required to offer a 24 hour Emergency Call-Out Service, with a maximum 2 hour response time. The contractor shall be qualified and experienced and be able to demonstrate a proven track record and technical competence in the Installation and Maintenance of Door Access Control Systems of varying complexity. All 240 volt AC supplies will also form part of the contract and shall be installed in compliance with current requirements for electrical installation as published by the Institute of Engineering and Technology or equivalent. All electrical works shall be carried out by an electrical contractor who shall be a member of a registered competent electrical body which shall include the E.C.A. or N.I.C.E.I.C. or equivalent. The works comprise mainly for the reactive maintenance and possible proactive maintenance of the existing communal door access systems, possible New Door entry installations and Door entry refurbishments, located in the City Councils Housing Stock. The installations, in the main, comprise circa 600 No stand-alone door entry systems with one hard wired networked installation serving 5 No multi occupancy low rise residential blocks which are monitored using a computerized monitoring system.
The supply and installation of electronic door entry control panels, component parts, handsets, portcullis type wooden and steel security doors, power supplies, electronic card readers, electronic locks, electronic magnets, cabling, trunking, conduit and electrical accessories.
The proposed services will be to the Council's housing stock, which include dwellings of various types consisting of: flats, maisonettes, tower blocks and sheltered housing schemes, etc.
The main door electronic control panels shall be D.D.A. compliant. (Disability Discrimination Act) or equivalent based on the International Disability Rights and the UN Convention. Interested organisations shall complete a Pre-Qualification Questionnaire (PQQ) and this document shall be used in the initial evaluation process. Thus producing a list of selected tenderers.
Estimated value excluding VAT: 4 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completionDuration in months: 24 (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:The provision of appropriate guarantees, bonds and warranties is reserved.
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 registersInformation and formalities necessary for evaluating if the requirements are met: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial abilityInformation 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 on these turnovers is available.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As per the contract documentation.
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 procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged number of operators: 5
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe 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:
IV.3.2)Previous publication(s) concerning the same contract
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 participate28.2.2014 - 16:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates17.3.2014
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
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
VI.2)Information about European Union funds
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:24.1.2014