Tender

Security Systems Maintenance and Support

  • Cardiff University

F02: Contract notice

Notice identifier: 2025/S 000-006343

Procurement identifier (OCID): ocds-h6vhtk-04cf11

Published 20 February 2025, 3:42pm



Section one: Contracting authority

one.1) Name and addresses

Cardiff University

Procurement Services, The Spark Building, 3rd Floor, Maindy Road

Cardiff

CF24 4HQ

Email

Pricejk@cardiff.ac.uk

Telephone

+44 2920879648

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

http://www.cardiff.ac.uk/business/why-work-with-us/for-suppliers

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0258

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://in-tendhost.co.uk/cardiffuniversity/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/cardiffuniversity/aspx/Home

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Security Systems Maintenance and Support

Reference number

CU.1735.JP

two.1.2) Main CPV code

  • 50610000 - Repair and maintenance services of security equipment

two.1.3) Type of contract

Services

two.1.4) Short description

The aim of this procurement process is to appoint a provider for the installation and ongoing maintenance of a range of security systems designed to safeguard its premises, assets, and people, across the entire university estate (including Residences). These systems include:

Electronic Access Control

CCTV

Intruder Alarm / Panic Alarm / Perimeter Detection

Intercoms

The selected contractor shall be responsible for the supply, installation, integration, testing, and maintenance of these systems to ensure maximum operational effectiveness, system security, and regulatory compliance. This shall include all related software.

two.1.5) Estimated total value

Value excluding VAT: £2,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50610000 - Repair and maintenance services of security equipment

two.2.3) Place of performance

NUTS codes
  • UKL22 - Cardiff and Vale of Glamorgan
Main site or place of performance

Cardiff University

two.2.4) Description of the procurement

The aim of this procurement process is to appoint a provider for the installation and ongoing maintenance of a range of security systems designed to safeguard its premises, assets, and people, across the entire university estate (including Residences). These systems include:

Electronic Access Control

CCTV

Intruder Alarm / Panic Alarm / Perimeter Detection

Intercoms

The selected contractor shall be responsible for the supply, installation, integration, testing, and maintenance of these systems to ensure maximum operational effectiveness, system security, and regulatory compliance. This shall include all related software.

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: £2,500,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2 x 12 month extension options available

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in the ITT documents


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.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-000842

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

Date

14 May 2025

Local time

12:00pm

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

English, Welsh

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

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

14 May 2025

Local time

12:00pm

Place

Cardiff University


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Sep 2029

six.3) Additional information

Access to the Procurement documents will close at 12 Noon on 2nd April 2025 in order for Site Visits to take place W/C 7th April 2025. Further details regarding site visits are contained in Schedule 2 Specification.

All tender costs and liabilities incurred by bidders shall be the sole responsibility of bidders.

The University reserves the right to award the contract in whole or in part.

The University reserves the right to annul the tendering process and not award any contract.

All documents to be priced in GBP and all payments made in GBP.

All documents to be priced in GBP excluding VAT

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=148361.

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

As stated in the ITT documents

(WA Ref:148361)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom