Contract notice

Information

Published

Date of dispatch of this notice: 15/06/2015

Expire date: 20/07/2015

External Reference: 2015-768495

TED Reference: 2015/S 118-214916

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

The Police and Crime Commissioner for North Yorkshire
n/a
Newby Wiske Hall, Newby Wiske,
Northallerton,  North Yorkshire, DL7 9HA
UK
Contact point(s): lynne.allen@southyorks.pnn.police.uk
For the attention of: Lynne Allen
E-mail: lynne.allen@southyorks.pnn.police.uk
Internet address(es):
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/36335
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=12671&B=BLUELIGHT
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=12671&B=BLUELIGHT
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for 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 authority

Regional or local authority
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
Police & Crime Commissioner for South Yorkshire
18 Regent Street
S702HG  Barnsley
UK
Police & Crime Commissioner for West Yorkshire
62 George Street
WF11DL  Wakefield
UK
Police & Crime Commissioner for Humberside
Tower Grange Police Station, Holderness Road
HU89HP  Hull
UK
Police & Crime Commissioner for Durham
County Hall
DH1 5UL  Durham
UK
Police & Crime Commissioner for Northumbria
Second Floor, Victory House, Balliol Business Park, Benton Lane
NE128EW  Newcastle Upon Tyne
UK
Police & Crime Commissioner for Cleveland
Cleveland Police Headquarters, Ladgate Lane
TS89EH  Middlesborough
UK
Police & Crime Commissioner for North Yorkshire
Newby Wiske Hall, Newby Wiske
DL7 9HA  Northallerton
UK

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Installation & Maintenance of Premises Security Systems

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No1:  Maintenance and repair services
    Main site or location of works, place of delivery or of performance:

    North Yorkshire

    NUTS code
    UNITED KINGDOM
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves the establishment of a framework agreement
    II.1.4)

    Information on framework agreement

    Framework agreement with a single operator
    Duration of the framework agreement
    Duration in years: 4
    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
    Estimated cost excluding VAT
    Range: between  400000  and 500000  GBP
    Frequency and value of the contracts to be awarded:
    II.1.5)

    Short description of the contract or purchase(s)

    North Yorkshire Police (NYP) wishes to develop a relationship with a supplier who

    is capable of delivering a high quality service across a range of security systems

    including Custody Suite Integrated Security Systems, Access Control Systems,

    Intruder Alarms and CCTV Systems.

    The service will include:

    • routine servicing and planned preventative maintenance of existing

    systems and equipment,

    • 24hour reactive maintenance of existing systems and equipment,

    • monitoring of systems installed for security purposes.

    • the specification, supply and installation of new and replacement

    systems and equipment

    • user training as required on the use of new and existing systems

    All work will be carried out in accordance with best industry standards in

    accordance with:

    • National Security Inspectorate NSI Gold Approved Security Company

    • National Security Inspectorate NSI Gold Approved Monitoring Centre

    • ISO 9001:2008 Quality Approved Organisation

    • ISO 27001 Approved Organisation

    • SIA Accreditation

    • ECA Approved Supplier

    • Chas Approved Supplier

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    50000000   Repair and maintenance services
    Supplementary vocabulary
    72000000   IT services: consulting, software development, Internet and support
    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:

    The framework is for a period of 3 years with the option to extend for a further 12 months.

    Estimated cost excluding VAT
    Range: between  400000  and 500000  GBP
    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Starting  01. 11. 2015  Completion  31. 10. 2019

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: no
    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

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

    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:  5
    Objective criteria for choosing the limited number of candidates: 

    As outlined in the tender documentaiton.

    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

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting authority

    NYP/PROC/2014-937

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    20.07.2015 - 14:00
    IV.3.5)

    Date of dispatch of invitations to tender or to participate to selected candidates

    04.08.2015
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]

    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.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:

    www.eu-supply.com

    VI.4.3)

    Service from which information about the lodging of appeals may be obtained