Section one: Contracting authority
one.1) Name and addresses
Cardiff University
Procurement Services, The Spark Building, 3rd Floor, Maindy Road
Cardiff
CF24 4HQ
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