Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Cardiff University
Procurement Services, The Spark Building, 3rd Floor, Maindy Road
Cardiff
CF24 4HQ
UK
Telephone: +44 2920879648
E-mail: Pricejk@cardiff.ac.uk
NUTS: UKL
Internet address(es)
Main address: http://www.cardiff.ac.uk/business/why-work-with-us/for-suppliers
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0258
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Security Systems Maintenance and Support
Reference number: CU.1735.JP
II.1.2) Main CPV code
50610000
II.1.3) Type of contract
Services
II.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.
II.1.5) Estimated total value
Value excluding VAT:
2 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
50610000
II.2.3) Place of performance
NUTS code:
UKL22
Main site or place of performance:
Cardiff University
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
2 500 000.00
GBP
II.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
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As stated in the ITT documents
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-000842
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
14/05/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
14/05/2025
Local time: 12:00
Place:
Cardiff University
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Sep 2029
VI.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 http://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)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
20/02/2025