CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2018/S 177-401357/EN)
Nature of contract: Service contract
Procedure: Restricted procedure
Regulation of procurement: EU
Type of bid required: Global bid

Contract notice
Services

Section I: Contracting authority
I.1) Name and addresses
Official name: Northern Housing Consortium Ltd
Postal address: Loftus House, Colima Avenue, Sunderland Enterprise Park
Town: Sunderland
Postal code: SR5 3XB
Country: United Kingdom
Telephone: +44 1915661000
Email: tenders@consortiumprocurement.org.uk
Internet address(es):
Main address: www.northern-consortium.org.uk

The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:www.delta-esourcing.com
I.4) Type of the contracting authority
Other type: Central purchasing body
I.5) Main activity
Housing and community amenities

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Property Safety and Security Framework
II.1.2) Main CPV code: 35120000
II.1.3) Type of contract: Services
II.1.4) Short Description: Provision of property safety and security products and services, including: design, supply, installation and maintenance of CCTV systems, intruder alarms systems, door entry/access control systems, lightning protection systems, manned guarding, mobile patrols, void security, remote monitoring, PAT testing, fixed electrical testing and consultancy services.
The framework will be available for all current and future Member Organisations of the Consortium, further information on who can access the framework is available at this link
II.1.5) Estimated total value:
Value excluding VAT: 150000000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:Member Organisations may choose to award Call-Off contracts under one or a combination of lot(s) or sub-lots to meet their requirements.

II.2) Description
II.2.1) Title: Manufacture/supply and install of property safety and security product(s)

Lot No:1
II.2.2) Additional CPV code(s)
35120000

II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:UNITED KINGDOM
II.2.4) Description of the procurement:
LOT 1 is available for Member Organisations to purchase a range of property safety and security related products. It is also available to purchase products with installation services where available (it does not provide for installation of products purchased elsewhere).
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 7500000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: For LOT 1, all Applicants passing the SQ will be invited to tender. At tender stage all Bidders passing the quality and price evaluations will be appointed to the framework as a Supply Partner.

II.2.1) Title: Design, manufacture/supply, installation and maintenance of cctv systems, door entry/access control systems and intruder alarms

Lot No:2
II.2.2) Additional CPV code(s)
35120000, 31625300, 35125000

II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:UNITED KINGDOM
II.2.4) Description of the procurement:
LOT 2 covers the design, supply, installation, commissioning, certification, testing and maintenance of CCTV systems, door entry/access control systems and intruder alarms. Member Organisations may select all or some of these services (for example, Member Organisations may require maintenance of existing equipment only).
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 30000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: For LOT 2 all Applicants passing the SQ will be invited to tender. At tender stage up to the highest ten (10) scoring Bidders (or more in the event of a tie) will be appointed to the framework as a Supply Partner.

II.2.1) Title: Design, manufacture/supply, installation and maintenance of lightning protection systems

Lot No:3
II.2.2) Additional CPV code(s)
31216200, 31216100, 45312310, 45312311

II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:UNITED KINGDOM
II.2.4) Description of the procurement:
LOT 3 covers the design, supply, installation, commissioning, certification, testing and maintenance of lightning protection systems. Member Organisations may select all or some of these services (for example, Member Organisations may require maintenance of existing equipment only).
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 11000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: For LOT 3 all Applicants passing the SQ will be invited to tender. At tender stage up to the highest six (6) scoring Bidders (or more in the event of a tie) will be appointed to the framework as a Supply Partner.

II.2.1) Title: Site security

Lot No:Sub-Lot 4.1 Manned guarding
II.2.2) Additional CPV code(s)
79713000, 79715000

II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:UNITED KINGDOM
II.2.4) Description of the procurement:
Sub-Lot 4.1 covers the procurement of manned guarding services for Member Organisations.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 16500000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: For Sub-Lot 4.1 all Applicants passing the SQ will be invited to tender. At tender stage up to the highest twelve (12) scoring Bidders (or more in the event of a tie) will be appointed to the framework as a Supply Partner.

II.2.1) Title: Site security

Lot No:Sub-Lot 4.2 Mobile patrols
II.2.2) Additional CPV code(s)
79715000, 79713000

II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:UNITED KINGDOM
II.2.4) Description of the procurement:
Sub-Lot 4.2 covers the procurement of mobile patrol services for Member Organisations.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 14000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: For Sub-Lot 4.2 all Applicants passing the SQ will be invited to tender. At tender stage up to the highest twelve (12) scoring Bidders (or more in the event of a tie) will be appointed to the framework as a Supply Partner.

II.2.1) Title: Void security, clearance and cleaning

Lot No:5
II.2.2) Additional CPV code(s)
90911000, 35121000

II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:UNITED KINGDOM
II.2.4) Description of the procurement:
LOT 5 covers the procurement of void security, clearance and cleaning services for Member Organisations.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 12500000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: For LOT 5 all Applicants passing the SQ will be invited to tender. At tender stage up to the highest six (6) scoring Bidders (or more in the event of a tie) will be appointed to the framework as a Supply Partner.

II.2.1) Title: Remote monitoring

Lot No:Sub-Lot 6.1 CCTV systems
II.2.2) Additional CPV code(s)
79710000, 79711000, 79714000

II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:UNITED KINGDOM
II.2.4) Description of the procurement:
Sub-Lot 6.1 covers the procurement of remote CCTV monitoring services for Member Organisations.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 12500000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: For Sub-Lot 6.1 all Applicants passing the SQ will be invited to tender. At tender stage up to the highest ten (10) scoring Bidders (or more in the event of a tie) will be appointed to the framework as a Supply Partner.

II.2.1) Title: Remote monitoring

Lot No:Sub-Lot 6.2 Intruder alarms and Fire alarms
II.2.2) Additional CPV code(s)
79711000

II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:UNITED KINGDOM
II.2.4) Description of the procurement:
Sub-Lot 6.2 covers the procurement of remote intruder alarm and fire alarm monitoring services for Member Organisations.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 11000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: For Sub-Lot 6.2 all Applicants passing the SQ will be invited to tender. At tender stage up to the highest ten (10) scoring Bidders (or more in the event of a tie) will be appointed to the framework as a Supply Partner.

II.2.1) Title: Electrical testing

Lot No:Sub-Lot 7.1 PAT testing
II.2.2) Additional CPV code(s)
39710000

II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:UNITED KINGDOM
II.2.4) Description of the procurement:
Sub-Lot 7.1 covers the procurement of PAT testing services for Member Organisations.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 7500000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: For Sub-Lot 7.1 all Applicants passing the SQ will be invited to tender. At tender stage up to the highest twelve (12) scoring Bidders (or more in the event of a tie) will be appointed to the framework as a Supply Partner.

II.2.1) Title: Electrical Testing

Lot No:Sub-Lot 7.2 Fixed electrial testing
II.2.2) Additional CPV code(s)
45311000, 31681300

II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:UNITED KINGDOM
II.2.4) Description of the procurement:
Sub-Lot 7.2 covers the procurement of fixed electrical testing services for Member Organisations.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 12500000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: For Sub-Lot 7.2 all Applicants passing the SQ will be invited to tender. At tender stage up to the highest twelve (12) scoring Bidders (or more in the event of a tie) will be appointed to the framework as a Supply Partner.

II.2.1) Title: Consultancy

Lot No:Sub-Lot 8.1 Property security – CCTV, door entry and access control, and intruder alarms
II.2.2) Additional CPV code(s)
79417000

II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:UNITED KINGDOM
II.2.4) Description of the procurement:
Sub-Lot 8.1 covers the procurement of property security (for CCTV systems, door entry and access control, and intruder alarm systems) consultancy services for Member Organisations.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 7500000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: For Sub-Lot 8.1 all Applicants passing the SQ will be invited to tender. At tender stage up to the highest twelve (12) scoring Bidders (or more in the event of a tie) will be appointed to the framework as a Supply Partner.

II.2.1) Title: Consultancy

Lot No:Sub-Lot 8.2 Lightning protection systems
II.2.2) Additional CPV code(s)
31216200

II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:UNITED KINGDOM
II.2.4) Description of the procurement:
Sub-Lot 8.2 Property security – CCTV, door entry and access control, and intruder alarms
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 7500000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: For Sub-Lot 8.2 all Applicants passing the SQ will be invited to tender. At tender stage up to the highest twelve (12) scoring Bidders (or more in the event of a tie) will be appointed to the framework as a Supply Partner.

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:Successful Bidders must become Members of the Northern Housing Consortium, renewable on an annual basis. Current fee is 270,50 GBP (+VAT) per annum.
Other suitability criteria is set out in the Selection Criteria and Specification which can be obtained from the address in section 1.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

III.2.2) Contract performance conditions: As stated in the Specification and procurement documents.

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators

IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2018-10-12 Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 2018-11-07
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:6(from the date stated for receipt of tender)

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.3) Additional information:
The Contracting Authority considers that this contract may be suitable for economic operators that are Small or Medium Enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
The framework will be available for all current and future Consortium Members, further information on who can access the framework is available at this link
Member Organisations may choose to award Call-Off contracts under one or a combination of lot(s) and/or sub-lots to meet their requirements.
For more information about this opportunity, please visit the Delta eSourcing portal at:

To respond to this opportunity, please click here:

GO Reference: GO-2018911-PRO-13174728
VI.4) Procedures for review
VI.4.1) Review body
Official name: See VI.4.3
Town: Sunderland
Country: United Kingdom

VI.4.2) Body responsible for mediation procedures
Official name: See VI.4.3
Town: Sunderland
Country: United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Precise information on deadline(s) for review procedures:
The Consortium (Contracting Authority) will incorporate a minimum 10 calendar day standstill period following confirmation on the award of the framework to Bidders. The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the Regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

VI.5) Date of dispatch of this notice:2018-09-11


LATEST STAKEHOLDER

Become a Stakeholder today and benefit from an exclusive marketing package which will allow you to:

  • Engage with active defence buyers and key supply chain partners
  • Create your own branded micro-site which within Defence Online which is managed by you
  • Have a dedicated Digital Account Manager to help enhance your Stakeholder page
  • Promote your news, products, press releases, eBooks and Videos as a Defence Online partner which feeds through to our homepage and social media channels
  • Have your company promoted on our partner website Defence Contracts Online (DCO)
  • All news promoted in mynewsdesk, a major hub for all of our news articles which enables news to be picked up from trade magazines, national newspapers and many other publications which offers extra exposure at no additional cost!

Contact us today or call us on 0845 557 1315 to take advantage of this exclusive marketing package


.

RELATED ARTICLES

UK carrier strike group to sail to India on its maiden deployment

April 27, 2021

Maritime - UK carrier strike group to sail to India on its maiden deployment

The UK’s Carrier Strike Group 2021, led by HMS Queen Elizabeth, will sail to India in the autumn on its

CMR

April 15, 2019

Homeland - U.S Military seeks CMR reception capabilities for communications

Viasat next-generation link 16 products achieve advanced Concurrent Multiple Reception Capabilities (CMR) sought by U.S. Military. The US government is seeking