Surveillance and security systems and devices (№7314512)

05 apr

Number: 7314512

Country: United Kingdom

Source: TED


Link to original

To view links to the source need to register

Publication date


05-04-2018

Description


  1. Section I
    1. Name and addresses
      Scottish Parliamentary Corporate Body
      The Scottish Parliament, Procurement Services
      Edinburgh
      EH99 1SP
      United Kingdom
      Telephone: +44 1313486620
      E-mail: [email protected]
    2. Type of the contracting authority:
      Body governed by public law
    3. Main activity:
      Other activity: Devolved Parliament
  2. Section II
    1. Scope of the procurement:
      1. Title:

        Security Systems Replacement


        Reference number: ICT-G&S-79
      2. Main CPV code:
        35120000, 32231000, 32234000, 35100000, 35121000, 35125300, 42961100, 44521120, 50610000, 48730000, 35125110, 35121300
      3. Type of contract:
        Services
      4. Short description:

        The Scottish Parliament Corporate Body (SPCB) requires an SSAIB or NSI registered, or equivalent, security Contractor to replace its current security system with a new open protocol security system including repurposing and transitioning existing equipment with new items onto a new (front-end) integration platform within the operational building. Full training for users and provision of a planned and reactive maintenance service covering both the new and retained parts of the system will also be required.


      5. Information about lots:
        This contract is divided into lots: no
      6. Total value of the procurement:
        Value excluding VAT: 1 937 072.73 GBP
    2. Description
      1. Title:
      2. Additional CPV code(s):
        32231000, 32234000, 35100000, 35121000, 35125300, 42961100, 44521120, 50610000, 48730000, 35125110, 35121300
      3. Place of performance:
      4. Description of the procurement:

        The Scottish Parliament Corporate Body (SPCB) requires an SSAIB or NSI registered, or equivalent, security Contractor to replace its current security system and then maintain the new system to ensure exemplary levels of availability. The new security system will be open protocol and the Contractor must, where required, repurpose existing equipment and transition this along with new items onto a new integration platform (front-end) as part of their installation in an operational building. Some items from the existing (legacy) system being retained include: cabling, card readers, intruder detection and CCTV cameras.

        Once the new system is operational the installer will provide full training for users and provide a planned and reactive maintenance service covering both the new and retained parts of the system. All maintenance work must be targeted to ensure that agreed availability targets for the whole system are achieved. The reactive service will include a 24/7 call-out facility with appropriately skilled and knowledge engineers available to attend site and restore services to agreed SLA’s. At specific times, and for certain faults, site attendance by the service provider will be required within one hour. During the Contract period minor upgrade and project works may be requested, this could include refresher training for users, and the Contractor will be expected to deliver any works to agreed timescales and costs.

        The new system installed by the security Contractor will be connected onto a network provided specifically for this purpose. This network will be provided by another supplier and the security Contractor will work and collaborate with this supplier to ensure and demonstrate that the security system operates to agreed performance levels on the existing network. During the life of the Contract the security Contractor will be required to work with many stakeholders including consultants, other contractors and SPCB staff and they must be prepared to operate in an environment which requires a high level of interaction between various stakeholders to deliver their services.

        All personnel involved in this project will require to have obtained security clearance to CTC level.


      5. Award criteria:
        Quality criterion - Name: Quality / Weighting: 70
        Cost criterion - Weighting: 30
      6. Information about options:
        Options: no
      7. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      8. Additional information:
  3. Section IV
    1. Description:
      1. Type of procedure:
        Restricted procedure
      2. Information about a framework agreement or a dynamic purchasing system:
      3. Information about electronic auction:
      4. Information about the Government Procurement Agreement (GPA):
        The procurement is covered by the Government Procurement Agreement: yes
    2. Administrative information:
      1. Previous publication concerning this procedure:
        Notice number in the OJ S: 2017/S 140-287950
      2. Information about termination of dynamic purchasing system:
      3. Information about termination of call for competition in the form of a prior information notice:
  4. Section V
    1. Contract No: ICT-G&S-79
    2. Award of contract
      1. Date of conclusion of the contract: 2018-03-28
      2. Information about tenders:
        Number of tenders received: 5
        Number of tenders received from SMEs: 2
        Number of tenders received from tenderers from other EU Member States: 0
        Number of tenders received from tenderers from non-EU Member States: 0
        Number of tenders received by electronic means: 5
        The contract has been awarded to a group of economic operators: no
      3. Name and address of the contractor:
        Pointer Ltd
        65 North Wallace Street, Glasgow
        Glasgow
        G4 0DT
        United Kingdom
        Telephone: +44 1415642500
        E-mail: [email protected]
        Fax: +44 1415523368
        The contractor is an SME: yes
      4. Information on value of the contract/lot (excluding VAT):
        Initial estimated total value of the contract/lot: 2 500 000.00 GBP
        Total value of the contract/lot: 1 937 072.73 GBP
      5. Information about subcontracting:

  5. Section VI
    1. Additional information

      The Contracting Authority has not included a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason: Not relevant.

      (SC Ref:536869).


    2. Procedures for review
      1. Review body
        Scottish Parliamentary Corporate Body
        The Scottish Parliament, Procurement Services
        Edinburgh
        EH99 1SP
        United Kingdom
        Telephone: +44 1313486620
        E-mail: [email protected]
      2. Body responsible for mediation procedures

      3. Service from which information about the review procedure may be obtained

    3. Date of dispatch of this notice
      2018-04-03