Tender

Access Control Solution

  • LONDON METROPOLITAN UNIVERSITY

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-017129

Procurement identifier (OCID): ocds-h6vhtk-04efc7 (view related notices)

Published 25 April 2025, 4:26pm



Scope

Reference

LMU2025-1871

Description

This opportunity is to become a Strategic Delivery Partner for the provision and support of an Access Control and CCTV System at London Metropolitan University. This opportunity has been split into the following 3 lots:

Lot One: Integrated Software Solution Implementation and Support

Lot Two: Hardware Solution Implementation and Support

Lot Three: Integrated Software and Hardware Solution Implementation and Support

Full details can be found within the tender documentation.

Total value (estimated)

  • £2,500,000 excluding VAT
  • £3,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 September 2025 to 31 August 2030
  • Possible extension to 31 August 2035
  • 10 years

Description of possible extension:

The Contract may be extended beyond the Initial Term on a maximum of Two (2) occasions, for a period of up to Three (3) years on the first occasion and Two (2) years on the second occasion.

Main procurement category

Services

CPV classifications

  • 42961100 - Access control system
  • 48000000 - Software package and information systems
  • 72266000 - Software consultancy services

Contract locations

  • UK - United Kingdom

Lot constraints

Description of how multiple lots may be awarded:

London Metropolitan University reserves the right to award either Lot 1 and 2, to separate suppliers, or Lot 3, to a single supplier, based on the responses received and the most advantageous offer.


Lot 1. Integrated Software Solution Implementation and Support

Description

For information on Lot One, Integrated Software Solution Implementation and Support, please see tender documentation.

Lot value (estimated)

  • £1,000,000 including VAT

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. Hardware Solution Implementation and Support

Description

For information on Lot 2, Hardware Solution Implementation and Support, please see the tender documentation.

Lot value (estimated)

  • £1,000,000 including VAT

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3. Integrated Software and Hardware Solution Implementation and Support

Description

Lot 3 is the combination of Lot 1 and Lot 3, Integrated Software and Hardware Solution Implementation and Support. Please see the tender documentation for information on these lots.

Lot value (estimated)

  • £1,000,000 including VAT

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Participation

Particular suitability

Lot 1. Integrated Software Solution Implementation and Support

Lot 2. Hardware Solution Implementation and Support

Lot 3. Integrated Software and Hardware Solution Implementation and Support

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

9 May 2025, 11:59pm

Submission type

Requests to participate

Deadline for requests to participate

23 May 2025, 4:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

25 July 2025


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Technical Quality 80%
Commercial Cost 20%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

Procurement procedure

The procurement procedure being applied to the Contract is a 'competitive flexible procedure' under section 20(2) of the Act. The most advantageous submission will be identified by a five-stage process as set outlined below, and set out in more detail in the Invitation to Participate within the tender documentation.

Stage 1 (Participation Stage): Request to Participate and PSQ - Selection of Participants to be invited to tender

Stage 2: Tendering and Negotiation

Stage 2 Phase 1: Tender submission, Evaluations and Presentation

Stage 3: Identification of preferred bidder (for each Lot)

Stage 4: Notification of Preferred bidder (for each lot)

Stage 5: Standstill to entry into contract(s)

Please see the tender documentation for a full description of each stage.

Please note, the award criteria will not be refined during the tender process.


Contracting authority

LONDON METROPOLITAN UNIVERSITY

  • Companies House: 00974438
  • Public Procurement Organisation Number: PWRV-6768-MQCM

London Metropolitan University

London

N7 8DB

United Kingdom

Region: UKI43 - Haringey and Islington

Organisation type: Public authority - sub-central government