Tender

Access Control Gates & Barriers – New installations, replacements and planned preventative and reactive maintenance

  • Thames Valley Police

F02: Contract notice

Notice identifier: 2021/S 000-004799

Procurement identifier (OCID): ocds-h6vhtk-029a30

Published 10 March 2021, 11:20am



Section one: Contracting authority

one.1) Name and addresses

Thames Valley Police

Police HQ North, Meadow House, The Boulevard, Lang

Kidlington, Oxon

OX5 1NZ

Contact

Thom Wilson

Email

thom.wilson@thamesvalley.pnn.police.uk

Country

United Kingdom

NUTS code

UKJ1 - Berkshire, Buckinghamshire and Oxfordshire

National registration number

VAT – GB 180 5571 07

Internet address(es)

Main address

https://www.thamesvalley.police.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/32823

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=36923&B=BLUELIGHT

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=36923&B=BLUELIGHT

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Access Control Gates & Barriers – New installations, replacements and planned preventative and reactive maintenance

Reference number

PR20009 43566

two.1.2) Main CPV code

  • 44221310 - Access gates

two.1.3) Type of contract

Supplies

two.1.4) Short description

Requirement to ensure Gates/Barriers & associated eqpt adequately inspected/serviced at regular intervals to maintain in operational condition at all times & incl replacement/upgrade of existing/new installation sites. To carry out the necessary periodic inspection/servicing/provide an emergency 24/7/365 callout service. Regular servicing will be carried out with the accepted 'service visit rates' & emergency callout services provided at the accepted day-work (inclusive) rates as indicated on the tender summary. To undertake maintenance of, but not limited to, all eqpt & accessories across estate that are required for safe operation of the Gates & Barriers. All systems incl controls maintained as detailed under the relevant section of this specification. Replacement parts an additional cost to the contract at the rate identified within the tender pricing matrix.

two.1.5) Estimated total value

Value excluding VAT: £428,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34928110 - Road barriers
  • 34928300 - Safety barriers
  • 42961100 - Access control system
  • 44221300 - Gates
  • 45233280 - Erection of road-barriers
  • 45421148 - Installation of gates

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Main site or place of performance

Locations in and around Berkshire, Buckinghamshire & Oxfordshire

two.2.4) Description of the procurement

The purpose of this requirement is to ensure that the Gates, Barriers and their associated equipment is adequately inspected and serviced at regular intervals, in order to maintain such equipment in operational condition at all times and includes the replacement/upgrade of existing and new installation sites.

The contractor will be required, under this contract, to carry out the necessary periodic inspection and servicing and provide an emergency 24/7/365 callout service throughout the period of the contract.

The regular servicing will be carried out with the accepted 'service visit rates' and emergency call out services will be provided at the accepted day-work (inclusive) rates as indicated on the tender summary.

Scope of work

The contractor shall be required to undertake maintenance of (but not limited to) all equipment and accessories across the estate that are required for satisfactory operation of the Gates, Barriers and turnstile.

All systems including controls shall be maintained as detailed under the relevant section of this specification. Any replacement parts shall be an additional cost to the contract at the rate identified within the tender pricing matrix.

Prior to the commencement of the works, the contractor shall attend an initial site meeting with the TVP Contract manager and occupant to fully discuss all aspects of the contract.

The contractor is to note that the premises will be occupied whilst works are carried out. All due care is to be taken to ensure minimum disruption to the building occupants. Occupants of the building to be given a minimum of one weeks’ notice prior to commencement of any works. A full site list is to be provided.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £428,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Attached as document


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Attached as document

three.1.2) Economic and financial standing

List and brief description of selection criteria

Attached as document

Minimum level(s) of standards possibly required

Attached as document

three.1.3) Technical and professional ability

List and brief description of selection criteria

Attached as document

Minimum level(s) of standards possibly required

Attached as document

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Attached as document


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

29 April 2021

Local time

11:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 31 August 2021

four.2.7) Conditions for opening of tenders

Date

29 April 2021

Local time

11:00am

Place

Electronically via Bluelight EU Supply after tender closing deadline

Information about authorised persons and opening procedure

2 or more Procurement Department nominees after tender closing deadline


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Attached as document

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service (PPRS)

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Bidders wishing a review should:

As per the Terms & Conditions. Submit their query to TVP who will seek to respond within 15 working days.

If they are dissatisfied with the response then they can escalate to the PPRS – timings will then be governed the procedures of the PPRS.

six.4.4) Service from which information about the review procedure may be obtained

Public Procurement Review Service (PPRS)

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit