CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Bedfordshire Police |
FCPU, Bedfordshire Police Headquarters, Woburn Road |
Kempston |
MK43 9AX |
UK |
Jim Bates |
+44 1234842363 |
jim.bates@bedfordshire.pnn.police.uk |
|
www.bluelight.gov.uk
|
|
|
|

 |
|

 |
|

 |
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
|
Yes |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityBedfordshire Police & Cambridgeshire Constabulary Security Systems Maintenance. |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract1 |
II.1.2)
|
Main site or location of works, place of delivery or performance
Various sites within the Bedfordshire Police and Cambridgeshire Constabulary regions.
UKH |
II.1.3)
|
This notice involves
|
 |
|
 |
|
 |
|
II.1.4)
|
Information on framework agreement (if applicable)
|
 |
|
 |
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
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 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scope |
|
500 0001 000 000 GBP |
II.2.2)
|
OptionsThis may at a late stage include either Hertfordshire Constabulary and /or Bedfordshire Fire & Rescue. |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals1 |
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
II.3)
|
Duration of the contract or limit for completion 06-05-2014 05-05-2017 |
Section III: Legal, Economic, Financial and Technical Information
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
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 capacity
(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
Please see Pre-Qualification Questionnaire.
|
III.2.3)
|
Technical capacity
Please see Pre Qualification Questionnaire
Please see Pre Qualification Questionnaire.
|
III.2.4)
|
Reserved contracts
|
 |
|
 |
|
III.3)
|
Conditions Specific to Service Contracts
|
III.3.1)
|
Is provision of the service reserved to a specific profession? No |
III.3.2)
|
Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate612 |
|
|
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
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
E/4/0069/13
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
 |
|
 |
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents 23-12-2013
12:00
|
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 17-01-2014
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 20-11-2013 |
ANNEX A
Additional Addresses and Contact Points
|
I)
|
Address and contact points from which further information can be obtained
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. |
|
|
UK |
Jim Bates |
+44 1234842363 |
|
|
|
|
II)
|
Address and contact points from which specifications and additional documentation may be obtained
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 |
|
|
UK |
Jim Bates |
+44 1234842363 |
|
|
|
|
III)
|
Address and contact points to which Tenders/Requests to Participate must be sent
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 |
|
|
UK |
Jim Bates |
+44 1234842363 |
|
|
|
|