Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Bedfordshire Police & Cambridgeshire Constabulary Security Systems Maintenance.

  • First published: 21 November 2013
  • Last modified: 21 November 2013
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
The Police and Crime Commissioner for Cambridgeshire
Authority ID:
AA53126
Publication date:
21 November 2013
Deadline date:
23 November 2013
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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


Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
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(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

1

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

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

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
35120000
35121700
72250000
72253200

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

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)

Options

This may at a late stage include either Hertfordshire Constabulary and /or Bedfordshire Fire & Rescue.

Provisional timetable for recourse to these options

Number of possible renewals

1

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

Unchecked box
Unchecked box

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


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

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 participate

612

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

Unchecked box

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

Unchecked box
Unchecked box


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

Checked box    

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


Coding

Commodity categories

ID Title Parent category
35121700 Alarm systems Security equipment
35120000 Surveillance and security systems and devices Emergency and security equipment
72250000 System and support services Software programming and consultancy services
50324100 System maintenance services Support services of personal computers
72253200 Systems support services Helpdesk and support services

Delivery locations

ID Description
There are no delivery locations for this notice.

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
jim.bates@bedfordshire.pnn.police.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.