Published date: 21 July 2017
This notice was replaced on 13 December 2017
This notice does not contain the most up-to-date information about this procurement. The most recent notice is:
Awarded contract (published 13 December 2017)
Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.
Contract summary
Industry
Surveillance and security systems and devices - 35120000
Repair and maintenance services - 50000000
Location of contract
West Midlands
Value of contract
£0
Procurement reference
17-14
Published date
21 July 2017
Closing date
21 August 2017
Contract start date
1 January 2018
Contract end date
31 December 2023
Contract type
Service contract
Procedure type
Restricted procedure
A two-stage procedure, where the first stage is used to select suppliers, who are then invited to bid in the second stage.
Contract is suitable for SMEs?
Yes
Contract is suitable for VCSEs?
Yes
Description
In order to allow this Contract to be used for potential Funded projects we are notifying all tenderers that some works might be subject to part funding by, for example, the European Structural and Investment Funds Growth Programme for England (2014-2020) or any other European Union Funded Programme, or other Funding Body e.g. Local Enterprise Partnerships (LEP). The opportunity will also be available for use by other Public Bodies in Wolverhampton and Partner Authorities in the West Midlands Combined Authority, including but not limited to, City of Wolverhampton Council and Royal Wolverhampton Hospital Trust.
The Contract is for the provision of services to survey, inspect, test, repair and maintain all access control, intruder alarm and CCTV systems and automatic gates and barriers at each of the University Campuses, as described in the Particular Specification.
It is envisaged that this Contract will be let for a period of three (3) years (with an option to extend for up to two further twelve (12) month periods subject to satisfactory performance and agreement by both parties).
This requirement is not split into Lots. The need to coordinate the different contractors for the lots could seriously risk undermining the proper execution of the contract.
The Qualification section will be assessed on a pass/fail basis in accordance with the standard qualification questions implemented by the Crown Commercial Services (CCS)/Cabinet Office.
The requirements here include:
• The successful Tenderer must have a minimum of £5M Public Liability Insurance
• The successful Tenderer must have a minimum of £5M Employers Indemnity Insurance
• The Tenderer must have a minimum annual turnover of £2M, for the last two years
Additional Qualification elements are as follows:
• The successful Tenderer must be NICEIC Registered (Tenderers outside of the UK must hold equivalent in their respective country).
• The successful Tenderer must hold an accredited independent third party certificate of compliance with BS OHSAS 18001 / a relevant Safety Schemes in Procurement (SSIP) certificate.(Tenderers outside of the UK must hold equivalent in their respective country).
• The successful Tenderer must hold a current and valid membership to Constructionline (if the Tenderer is outside of the UK please confirm if you are member of an equivalent association).
• The successful Tenderer is required to provide evidence that you are a National Security Inspectorate approved company.
• The successful Tenderer must be able to be on site within 2 hours of receiving an emergency call-out request.
• The successful Tenderer must hold a related accredited independent third party certificate of compliance with ISO 9001 (Quality Management).
The deadline for submissions is Monday 21st August 09am. To respond to this opportunity follow this link https://wlv.bravosolution.co.uk
About the buyer
Address
MX Building
Camp Street
Wolverhampton
WV11AD
England
Share this notice
All content is available under the
