Sie sind auf Seite 1von 51

UPGRADE OF THE CCTV SYSTEM AT THE

NOC SOUTHAMPTON
CONTRACT REFERENCE: FM140003

Request for Quote (RFQ)

Version Date Author(s) Comment


UK SBS branding, refreshed evaluation
V1.0 07-05-2013 James Aldred
model.

CONTRACT FORMAT
CONTRACT FORMAT
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

TABLE OF CONTENTS

Preface 3
PART A - Background 6
PART B - Overview of the RFQ and the Procurement Process 8
PART C Instructions To Bidders 10
PART D Bid Evaluation 22
Schedules 1-3 28
PART E - Specification 33
PART F Bidders Response 35
PART G Commercial Response Requirements 39
Schedules 4-8 41

PAGE 3 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK
SBS)

PART A

PREFACE

TABLE OF CONTENTS PREFACE

1 Glossary
2 Table of Abbreviations 5
3 Structure of the RFQ Document Error! Bookmark not defined.

PAGE 4 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK
SBS)

PART A

1 Glossary

Unless the context otherwise requires, the following words and expressions used within this
Request for Quote shall have the following meanings:

TERM MEANING

Authority means UK Shared Business Services Ltd herein after referred to as


UK SBS
Bid, Response, means the Bidders formal offer in response to this Request for Quote
Submitted Bid , or
RFQ Response
Bidders means the organisations being invited to respond to this Request for
Quote
Call Off Contract means the document set out in Schedule enter Schedule Reference of
the draft Contract contained in Part G, Schedule 4 of this RFQ

Central Purchasing means a duly constituted public sector organisation which procures
Body goods/services for and on behalf of contracting authorities
Competed means the competed goods/services which will be Ordered from the
Goods/Services Contract following a Mini-Competition and are set out at Schedule 1 of
the Contract
Conditions of Bid means the terms and conditions set out in this RFQ relating to the
submission of a Bid
Contract means the agreement (as set out in Part G, Schedule 4 of this RFQ) to
be entered by the Authority and the Supplier following any award
under the procurement exercise
Contracting Bodies Means the Authority and any other contracting authorities described in
the OJEU Contract Notice
Direct Award means the award of a Call Off Contract by application of the terms laid
down in the Contract without re-opening competiton
Due Diligence means the background and supporting documents and information
Information provided by the Authority for the purpose of better informing the
Tenderers responses to this Request for Quote
"EIR" mean the Environmental Information Regulations 2004 together with
any guidance and/or codes of practice issued by the Information
Commissioner or relevant Government department in relation to such
regulations
FoIA means the Freedom of Information Act 2000 and any subordinate
legislation made under such Act from time to time together with any
guidance and/or codes of practice issued by the Information
Commissioner or relevant Government department in relation to such
legislation
Lot means a discrete sub-division of the requirements
OJEU Contract means the advertisement insert reference number and date issued in
Notice the Official Journal of the European Union

PAGE 5 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK
SBS)

PART A
Order means an order for goods/services or goods and servicesserved by
any Contracting Body on the Supplier

Other Public means all Contracting Bodies except the Authority


Bodies
Request for means the document completed by Bidders at an earlier stage in the
Information or procurement used to shortlist Bidders under the Restricted procedure.
RFfI This document is aften referenced within other organisations as a Pre
Qualification Questionaire (PQQ)
Request for Quote means this Request for Quote documentation and all related
or RFQ documents published by the Authority and made available to
Tenderers and includes the Due Diligence Information. NOTE: This
document is often referred to as an Invitation to Tender (ITT) within
other organisations
Supplier means the organisation awarded the Contract
Standard Goods means the goods/services set out at Schedule 1 of the Contract
/Services

2 Table of Abbreviations
In this Request for Quote the following abbreviations are ascribed the meanings detailed in the table
below

ABBREVIATION MEANS

RFQ Request for Quote


KPI Key Performance Indicator
MI Management Information
OPB Other Public Body
OJEU Official Journal of the European Union
CPB Central Purchasing Body

PAGE 6 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK
SBS)

PART A

Part A
Background

TABLE OF CONTENTS PART A

1 Introduction 7

2 The Authority 7

3 Other Public Bodies 7

4 Use of Electronic Bidding Tool 7

PAGE 7 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK
SBS)

PART A
1 Introduction

1.1 UK Shared Business Services Ltd, formerly known as RCUK Shared Services Centre Ltd
(SSC), will be referred to throughout this document as UK SBS.

The National Oceanography Centre (NOC) is a Research Centre wholly owned by the
Natural Environment Research Council (NERC). It was formed on 1 April 2010, by
merging the NERC-managed parts of the National Oceanography Centre, Southampton
with the NERC Proudman Oceanographic Laboratory at Liverpool, enabling the scientific
remit of the Centre to span from coast to deep ocean.
The NOC Southampton site was opened in 1995 and constructed with a design life of
125 years. The site is an international centre of excellence, primarily in ocean and earth
science, and marine technology. A significant level of scientific research is undertaken
throughout the campus. Approximately 1700 persons are based at the site, employed by
the Natural Environment Research Council, the University of Southampton and a
number of associated tenants.

The centre was purpose-built between 1992 and 1995 and occupies a quayside site
within the Associated British Ports operational port area in Southampton. The site was
previously used as a dock facility and generally the ground is reclaimed. The mainly six-
storey building houses offices, research laboratories, engineering workshops and
associated facilities. The heavily serviced building uses vertical service risers internally
with horizontal mechanical and electrical distribution areas (intermediate MEDA plant
room floors) to service occupied areas. A number of separate single storey buildings are
also constructed on the site mainly housing stores, workshops and support facilities.

2 The Authority

2.1
Additional general information about UK SBS can be found on www.uksbs.co.uk

The Authority, shall actively manage the resulting Contract, key activities including: contract review
meetings; KPI management and analysis of management information provided. 2.3

3 Other Public Bodies (OPBs)


3.1 There are no other public bodies as part of this procurement.

PAGE 8 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK
SBS)

PART A

4 Use of Electronic Bidding Tool


4.1 No electronic bidding tools are used in this procurement.

PAGE 9 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART B

Part B

Overview of the RFQ and the Procurement Process

TABLE OF CONTENTS PART B

1 Introduction

2 Lots

PAGE 10 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART B
1 Introduction
1.1 The Authority wishes to establish a Contract for the provision for the Upgrade of the CCTV
System at the NOC Southampton. The Authority is managing this procurement process in accordance
with the Public Contracts Regulations 2006 (the Regulations). This is a supply of goods and services
Contract being procured under the restricted procedure.

1.2 Not used

1.2 The Authority is procuring the Contract for its exclusive use.

1.3 Not used

1.4 Part C contains the Instructions to Bidders and the conditions of this RFQ.

1.4.1 There are also Schedules 2 & 3 within Part D for you to confirm the basis on which your
Bid is submitted.

1.4.2 In addition, Schedule 3 contains a checklist for you to use to check that you have included
the correct information that you should complete and return with the Submitted Bid.

1.5 Part E contains the Specification.

1.6 Part F contains the Bidders Response.

1.7 Part G contains the Commercial Response Requirements including a copy of the proposed
Contract.

1.8 Prior to commencing formal evaluation, Submitted Bids will be checked to ensure they are fully
compliant with the conditions of Bid. Non-compliant Submitted Bids may be rejected by the Authority.
Submitted Bids which are deemed by the Authority to be fully compliant will proceed to evaluation.
These will be evaluated using the selection criteria and weightings detailed in the matrix set out at
paragraph 2 of Part D).

1.9 Following evaluation of the compliant Bids and approval of the outcome the Authority intends
to appoint one supplier to enter into a Contract.

PAGE 11 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART B

1.10 Whilst it is the Authoritys intention to purchase the majority of its goods/services/goods and
services under this Contract Arrangement from the Supplier(s) appointed this does not confer any
exclusivity on the appointed Suppliers. The Authority and any relevant Other Public Bodies reserve the
right to purchase any goods/services/goods and services (including those similar to the
goods/services/goods and services covered by this procurement) from any Supplier outside of these
Contracts.

1.11 The Authority reserves the right not to conclude a Contract as a result of the current
procurement process.

2 Lots
2.1 The goods/services/goods and services covered by this procurement exercise have NOT been
sub-divided into Lots.

PAGE 12 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART C

Part C

Instructions to Bidders

TABLE OF CONTENTS PART C


1 General 12

2 Bidders Conference 12

3 Confidentiality 13

4 Freedom of Information 13

5 Tender Validity 14

6 Timescales 14

7 Authoritys Contact Details 15

8 Intention to Submit a Tender 15

9 Preparation of Tender 15

10 Submission of Tenders 16

11 Canvassing 17

12 Representations and Warranties 17

13 Collusive Behaviour 18

14 No Inducement or Incentive 18

15 Acceptance to the Contract 18

16 Queries Relating to Tender 18

17 Amendments to Tender Documents 19

18 Late Tenders 19

19 Proposed Amendments to the Contract by the Bidder 19

20 Modification and Withdrawal 20

21 Right to Reject/Disqualify 20

22 Right to Cancel, Clarify or Vary the Process 20

23 Customer References 21

24 Notification of Award 21

25 Debriefing 21

PAGE 13 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART C
26 Statement of Compliance 21

PAGE 14 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART C
1 General
1.1 These instructions are designed to ensure that all Bidders are given equal and fair consideration.
It is important therefore that you provide all the information asked for in the format and order specified.
Please contact deborah.banner@uksbs.co.uk or in their absence eddie.townsend@uksbs.co.uk if you
have any doubt as to what is required or will have difficulty in providing the information requested.

1.2 Bidders should read these instructions carefully before completing the Bid documentation.
Failure to comply with these requirements for completion and submission of the Submitted Bid may
result in the rejection of the Bid. Bidders are advised therefore to acquaint themselves fully with the
extent and nature of the goods/services/goods and services and contractual obligations. These
instructions constitute the Conditions of Bid. Participation in the bid process automatically signals that
the Bidder accepts these Conditions of Participation.

1.3 All material issued in connection with this RFQ shall remain the property of the Authority
and/or as applicable relevant OPB and shall be used only for the purpose of this procurement
exercise. All Due Diligence Information shall be either returned to the Authority or securely destroyed
by the Bidder (at the Authoritys option) at the conclusion of the procurement exercise.

1.4 The Bidder shall ensure that each and every sub-contractor, consortium member and adviser
abides by the terms of these instructions and the Conditions of Bid.

1.5 The Bidder shall not make contact with any other employee, agent or consultant of the
Authority or any relevant OPB who are in any way connected with this procurement exercise during
the period of this procurement exercise, unless instructed otherwise by the Authority.

1.6 The Authority shall not be committed to any course of action as a result of:

issuing this RFQ or any invitation to participate in this procurement exercise;

an invitation to submit any Response in respect of this procurement exercise;

communicating with a Bidder or a Bidders representatives or agents in respect of this


procurement exercise; or

any other communication between the Authority and/or any relevant OPB (whether directly or
by its agents or representatives) and any other party.

1.7 Bidders shall accept and acknowledge that by issuing this RFQ the Authority shall not be bound
to accept any Bid and reserves the right not to conclude a Contract for some or all of the
goods/services/goods and services for which Bids are invited.

1.8 The Authority reserves the right to amend, add to or withdraw all or any part of this RFQ at
any time during the procurement exercise.

2 Bidders Conference
2.1 A Bidders Conference may be held in conjunction with this procurement. If so, details will be
in the letter accompanying this RFQ.

3 Confidentiality
3.1 Subject to the exceptions referred to in paragraph 3.2, the contents of this RFQ are being
made available by the Authority on condition that:

PAGE 15 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART C
3.1.1 Bidders shall at all times treat the contents of the RFQ and any related documents
(together called the Information) as confidential, save in so far as they are already in the
public domain;

3.1.2 Bidders shall not disclose, copy, reproduce, distribute or pass any of the Information
to any other person at any time or allow any of these things to happen;

3.1.3 Bidders shall not use any of the Information for any purpose other than for the
purposes of submitting (or deciding whether to submit) a Bid; and

3.1.4 Bidders shall not undertake any publicity activity within any section of the media.

3.2 Bidders may disclose, distribute or pass any of the Information to the Bidders advisers, sub-
contractors or to another person provided that either:

3.1.5 This is done for the sole purpose of enabling a Bid to be submitted and the person
receiving the Information undertakes in writing to keep the Information confidential on the
same terms as if that person were the Bidder; or

3.1.6 The Bidder obtains the prior written consent of the Authority in relation to such
disclosure, distribution or passing of Information; or

3.1.7 The disclosure is made for the sole purpose of obtaining legal advice from external
lawyers in relation to the procurement or to any Contract arising from it; or

3.1.8 The Bidder is legally required to make such a disclosure.

3.3 In paragraphs 3.1 and 3.2 above the definition of person includes but is not limited to any
person, firm, body or association, corporate or incorporate.

3.4 The Authority may disclose detailed information relating to Bids to its officers, employees,
agents or advisers and the Authority may make any of the Contract documents available for private
inspection by its officers, employees, agents or advisers. The Authority also reserves the right to
disseminate information that is materially relevant to the procurement to all Bidders, even if the
information has only been requested by one Bidder, subject to the duty to protect each Bidder's
commercial confidentiality in relation to its Bid (unless there is a requirement for disclosure under the
Freedom of Information Act, as explained in paragraphs 4.1 to 4.3 below).

4 Freedom of Information
4.1 In accordance with the obligations and duties placed upon public authorities by the Freedom
of Information Act 2000 (the FoIA), the Authority may, acting in accordance with the Secretary of
States Code of Practice on the Discharge of the Functions of Public Authorities under Part 1 of the
said Act, or the EIR be required to disclose information submitted by the Bidder to the to the Authority.

4.2 In respect of any information submitted by a Bidder that it considers to be commercially sensitive
the Bidder should:

4.2.1 Clearly identify such information as commercially sensitive;

4.2.2 Explain the potential implications of disclosure of such information; and

4.2.3 provide an estimate of the period of time during which the Bidder believes that such
information will remain commercially sensitive.

4.3 Where a Bidder identifies information as commercially sensitive, the Authority will endeavour

PAGE 16 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART C
to maintain confidentiality. Bidders should note, however, that, even where information is identified as
commercially sensitive, the Authority may be required to disclose such information in accordance with
the FoIA or the Environmental Information Regulations. In particular, the Authority is required to form
an independent judgment concerning whether the information is exempt from disclosure under the
FoIA or the EIR and whether the public interest favours disclosure or not. Accordingly, the Authority
cannot guarantee that any information marked confidential or commercially sensitive will not be
disclosed.

4.4 Where a Bidder receives a request for information under the FoIA or the EIR during the
procurement process, this should be immediately passed on to the Authority and the Bidder should
not attempt to answer the request without first consulting with the Authority.

4.5 Bidders are reminded that the Governments transparency agenda requires that sourcing
documents, including RFQ templates such as this, are published on a designated, publicly
searchable web site, and, that the same applies to other sourcing documents issued by the Authority,
including the invitation to sourcing, and any contract entered into by the Authority with its preferred
supplier once the procurement is complete. By submitting a response to this RFQ Bidders are
agreeing that their participation may be made public.

5 Bid Validity
5.1 Your Bid should remain open for acceptance for a period of 90 days. A Bid valid for a shorter
period may be rejected.

6 Timescales
6.1 Set out below is the proposed procurement timetable. This is intended as a guide and whilst
the Authority does not intend to depart from the timetable it reserves the right to do so at any stage.

DATE STAGE

28/02/2014 RFQ sent to suppliers

07/03/2014 Last date for Site visit

10/03/2014
Clarification period closed
11:00 hours
12/03/2014
RFQ return date
11:00 hours
12/03/14
Evaluation period
-14/03/14
17/03/2014 Award of Contract

19/03/2014 Commencement Date of Contract

PAGE 17 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART C
7 Authoritys Contact Details
7.1 Unless stated otherwise in these Instructions or in writing from the Authority, all communications
from Bidders (including their sub-contractors, consortium members, consultants and advisers) during
the period of this procurement exercise must be directed to the designated Authority contact named
in paragraph 1.1 of Part C.

7.2 All communications should be clearly headed Request for Quote for the Upgrade of the
CCTV System and include the name, contact details and position of the person making the
communication.

7.3 Suppliers requests for Bid clarifications must be submitted in accordance with the procedure
set out in paragraph 16 Queries Relating to Bid.

8 Intention to Submit a Bid


8.1 Bidders must complete the Request for Quote Acknowledgement pro-forma appended to the
RFQ covering letter indicating that they intend to submit a Bid and be bound by the Conditions of Bid
and return it to the Authority contact at the address provided at paragraph 1.1 of Part C

8.2 In the event that a Bidder does not wish to participate further in this procurement exercise,
the Bidder should indicate such on the Bid Acknowledgement pro-forma and return it with the
complete RFQ document set to Authority contact at the address provided at paragraph 1.1 of Part C.

9 Preparation of Bid
9.1 Bidders must obtain for themselves at their own responsibility and expense all information
necessary for the preparation of Bids. Bidders are solely responsible for the costs and expenses
incurred in connection with the preparation and submission of their Bid and all other stages of the
selection and evaluation process. Under no circumstances will the Authority, or any of their advisers,
be liable for any costs or expenses borne by Bidders, sub-contractors, suppliers or advisers in this
process.

9.2 Bidders are required to complete and provide all information required by the Authority in
accordance with the Conditions of Bid and the Request for Quote. Failure to comply with the
Conditions and the Request for Quote may lead the Authority to reject a Submitted Bid.

9.3 The Authority relies on Bidders' own analysis and review of information provided.
Consequently, Bidders are solely responsible for obtaining the information which they consider is
necessary in order to make decisions regarding the content of their Bids and to undertake any
investigations they consider necessary in order to verify any information provided to them during the
procurement process.

9.4 Bidders must form their own opinions, making such investigations and taking such advice
(including professional advice) as is appropriate, regarding the suppliers/services goods and services
and their Bids, without reliance upon any opinion or other information provided by the Authority or
their advisers and representatives. Bidders should notify the Authority promptly of any perceived
ambiguity, inconsistency or omission in this RFQ, any of its associated documents and/or any other
information issued to them during the procurement process.

PAGE 18 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART C
10 Submission of Bids
10.1 The Bid must be submitted in the form specified in the Form of Bid instructions in Part D:
Schedule One. Failure to do so may render the Response non-compliant and it may be rejected.

10.2 The Authority may at its own absolute discretion extend the closing date and the time for
receipt of Bids specified under Paragraphs 6.

10.3 Any extension granted under this Paragraph 10 will apply to all Bidders.

10.4 Price and any financial data provided must be submitted in or converted into pounds sterling.
Where official documents include financial data in a foreign currency, a sterling equivalent must be
provided.

10.5 The Authority does not accept responsibility for the premature opening or mishandling of Bids
that are not submitted in accordance with the instructions under this Paragraph 10.

10.6 The Bid and any documents accompanying it must be in the English language.

10.7 Bidders must submit:

10.7.1 Not used

10.7.2 One priced hard copies of their Bid; and

10.7.3 Not used

All in the form specified in the Form of Bid. The original and the copies must be provided on A4
paper, double sided, in Arial with a minimum size 11 font and securely bound and signed by the
Bidders authorised representative.

10.8 The Authority asks that you do not include any of the following with your Bid:

10.8.1 Any lever arch folder or ring binder; or any extraneous information that has not been
specifically requested in the RFQ including, for example, sales literature, Bidders standard
terms and conditions etc.

10.9 In addition to the hard copies, Bidders are requested to submit One copy of their Response
on a CD-Rom with the narrative in Microsoft Word and the financial data in Microsoft Excel or in
backwardly compatible equivalents.

10.10 Envelopes and packages must bear no reference to the Bidder by name. Bids are to be
returned and received by the Authority at
UK Shared Business Services Ltd
Policy Manager , FM & E
Polaris House,
North Star Avenue,
Swindon,
Wiltshire,
SN2 1ET

by no later than the time and date indicated under Paragraph 6.

10.11 Bids must be received at the reception or if no reception is available in the post room at the
address above by no later than the time and date indicated under Paragraph 6 (the Deadline).
Envelopes and packages should not bear any reference to the Bidder by name.

PAGE 19 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART C
10.12 Bids will be received any time up to the deadline stated above. Bids received before this
deadline will be retained in a secure environment, unopened until the opening date.

11 Canvassing
11.1 Any Bidder who directly or indirectly canvasses any officer, member, employee, or agent of
the Authority or its members or any relevant OPB or any of its officers or members concerning the
establishment of the Contract or who directly or indirectly obtains or attempts to obtain information
from any such officer, member, employee or agent or concerning any other Bidder, Bid or proposed
Bid will be disqualified.

12 Disclaimers
12.1 Whilst the information in this RFQ, Due Diligence Information and supporting documents has
been prepared in good faith, it does not purport to be comprehensive nor has it been independently
verified.

12.2 Neither the Authority, nor any relevant OPBs nor their advisors, nor their respective directors,
officers, members, partners, employees, other staff or agents:

(a) makes any representation or warranty (express or implied) as to


the accuracy, reasonableness or completeness of the RFQ; or

(b) accepts any responsibility for the information contained in the


RFQ or for their fairness, accuracy or completeness of that information nor shall any of
them be liable for any loss or damage (other than in respect of fraudulent
misrepresentation) arising as a result of reliance on such information or any subsequent
communication.

12.3 Any persons considering making a decision to enter into contractual relationships with the
Authority and/or, as applicable, relevant OPB following receipt of the RFQ should make their own
investigations and their own independent assessment of the Authority and/or, as applicable, relevant
OPB and its requirements for the goods/services/goods and services and should seek their own
professional financial and legal advice. For the avoidance of doubt the provision of clarification or
further information in relation to the RFQ or any other associated documents (including the
Schedules) is only authorised to be provided following a query made in accordance with paragraph
16 of this Request for Quote.

12.4 Any Contract concluded as a result of this RFQ shall be governed by English law.

13 Collusive Behaviour
13.1 Any Bidder who:

(a) fixes or adjusts the amount of its Bid by or in accordance with any agreement or arrangement
with any other party; or

(b) communicates to any party other than the Authority or, as applicable, relevant OPB the
amount or approximate amount of its proposed Bid or information which would enable the
amount or approximate amount to be calculated (except where such disclosure is made in
confidence in order to obtain quotations necessary for the preparation of the Bid or insurance

PAGE 20 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART C
or any necessary security); or

(c) enters into any agreement or arrangement with any other party that such other party shall
refrain from submitting a Bid; or

(d) enters into any agreement or arrangement with any other party as to the amount of any Bid
submitted; or

(e) offers or agrees to pay or give or does pay or give any sum or sums of money, inducement or
valuable consideration directly or indirectly to any party for doing or having done or causing
or having caused to be done in relation to any other Bid or proposed Bid, any act or
omission, shall (without prejudice to any other civil remedies available to the Authority and
without prejudice to any criminal liability which such conduct by a Bidder may attract) be
disqualified.

14 No Inducement or Incentive
14.1 The RFQ is issued on the basis that nothing contained in it shall constitute an inducement or
incentive nor shall have in any other way persuaded a Bidder to submit a Bid or enter into the
Contract or any other contractual agreement.

15 Acceptance to the Contract


15.1 The Bidder in submitting the Bid undertakes that in the event of the Bid being accepted by
the Authority and the Authority confirming in writing such acceptance to the Bidder, the Bidder will
within 30 days of being called upon to do so by the Authority execute the Contract in the form set out
in Schedule 6 or in such amended form as may subsequently be agreed.

15.2 The Authority shall be under no obligation to accept the lowest priced or any Bid.

16 Queries Relating to Bid


16.1 All requests for clarification about the requirements or the process of this procurement exercise
shall be made in accordance with 16.3 of these Instructions.

16.2 The Authority will endeavour to answer all questions as quickly as possible, but cannot
guarantee a minimum response time. The Public Contracts Regulation 2006 require that Contracting
Authorities respond to any request for clarification at least 4 days before the deadline for receipt of
Bids. In order to satisfy this requirement, the Authority has designated a specific window of time to
deal with clarification requests from Bidders

16.3 Clarification requests can be submitted via e-mail only to deborah.banner@uksbs.co.uk from
the date shown under Paragraph 6.

16.4 Not used

16.5 In order to ensure equality of treatment of Bidders, the Authority intends to publish the questions
and clarifications raised by Bidders together with the Authoritys responses (but not the source of the
questions) to all participants on a regular basis.

16.6 Bidders should indicate if a query is of a commercially sensitive nature where disclosure of

PAGE 21 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART C
such query and the answer would or would be likely to prejudice its commercial interests. However, if
the Authority at its sole discretion does not either; consider the query to be of a commercially
confidential nature or one which all Bidders would potentially benefit from seeing both the query and
Authoritys response, the Authority will:

16.6.1 invite the Bidder submitting the query to either declassify the query and allow the
query along with the Authoritys response to be circulated to all Bidders; or

16.6.2 request the Bidder, if it still considers the query to be of a commercially confidential
nature, to withdraw the query.

16.7 The Authority reserves the right not to respond to a request for clarification or to circulate
such a request where it considers that the answer to that request would or would be likely to
prejudice its commercial interests.

17 Amendments to Bid Documents


17.1 At any time prior to the deadline for the receipt of Bids, the Authority may modify the RFQ by
amendment. Any such amendment will be numbered and dated and issued by the Authority to all
prospective Bidders. In order to give prospective Bidders reasonable time in which to take the
amendment into account in preparing their Bids, the Authority may, at its discretion, extend the
Deadline for receipt of Bids.

18 Late Bids
18.1 Any Bid received at the designated point after Deadline for receipt of Bids may be rejected
unless the Bidder can provide irrefutable evidence that the Bid was capable of being received by the
due date and time.

19 Proposed Amendments to the Contract by the Bidder


19.1 Not applicable

19.2 The Authority will consider proposed amendments strictly on their merits and within the limits
imposed by the Regulations.

19.3 Any proposed amendments to the Contract must be detailed separately on the Proposed
Amendments form included at Schedule 8, and returned with the Bidders RFQ Response.

19.4 Where the Authority makes changes to the Contract as a result of the proposals received it will
circulate the amended Contract to all Bidders.

20 Modification and Withdrawal


20.1 Bidders may modify their Bid prior to the Deadline by giving notice to the Authority in writing or
via electronic submission to the Authority contact as per para 1.1 of Part C. No Bid may be modified
subsequent to the Deadline for receipt.

PAGE 22 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART C
20.2 The modification notice must state clearly how the Authority should implement the modification
and must be submitted in accordance with the provisions under Paragraph 10 of Part C.

20.3 Bidders may withdraw their Bid at any time prior to the Deadline or any other time prior to
accepting the offer of a Contract. The notice to withdraw the Bid must be in writing and sent to the
Authority by recorded delivery or equivalent service and delivered to the Authority at the address set
out in paragraph 1.1 -.General of this Part C.

21 Right to Reject/Disqualify
21.1 The Authority reserves the right to reject or disqualify a Bidder where:

(a) the Bidder fails to comply fully with the requirements of this Request for Quote or is guilty of a
serious misrepresentation in supplying any information required in this document; or
expression of interest; or RFI; and/or

(b) the Bidder is guilty of serious misrepresentation in relation to its Bid; expression of interest;
the RFI and/or the Bid process; and/or

(c) there is a change in identity, control, financial standing or other factor impacting on the
selection and/or evaluation process affecting the Bidder.

22 Right to Cancel, Clarify or Vary the Process


22.1 The Authority reserves the right to:

(a) amend the terms and conditions of the Request for Quote process,

(b) cancel the evaluation process at any stage; and/or

(c) require the Bidder to clarify its Bid in writing and/or provide additional information. (Failure to
respond adequately may result in the Bidder not being selected),

23 Customer References
23.1 Unless already taken up at an earlier stage in the procurement process and after the receipt
of Bids, the Authority may visit at least one customer reference site of the Bidder and may seek
written references from any other designated customers which are not visited.

24 Notification of Award
24.1 The Authority will notify the successful Bidder of the Contract award in writing and will publish
an Award Notice in the Official Journal of the European Union in accordance with the Public
Contracts Regulations 2006 within 48 days of the award of the contract.

24.2 As required by the Remedies Directive all unsuccessful Bidders will be provided with an
award decision notice. This will contain details of the award criteria, reasons for the decision
including the characteristics and relative advantages of the successful bidder, the scores of the
recipient of the notice and the winner, any reasons why the bidders did not meet the technical
specification, the name of the party to be awarded the contract and a precise statement of when the
standstill period is expected to end.

PAGE 23 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART C

25 Debriefing
25.1 Following the conclusion of the Contract award, all unsuccessful Bidders will be notified,
feedback will be provided if the unsuccessful bidder requests.

26 Statement of Compliance
26.1 A Statement of Compliance can be found at Part D; Schedule 3. This will be used by the
Authority for checking the completeness of all returned Bids in accordance with the said Schedule 3.
Bidders shall ensure a response is provided for each item listed on the Statement of Compliance.
Failure to do so may result in the Bidder being disqualified from the award process.

PAGE 24 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART D

Part D

Bid Evaluation

TABLE OF CONTENTS PART D

1 Introduction

2 Evaluation of Bids

3 Mandatory Requirements

4 Evaluation Process

5 Award of Contract

Schedule 1: Form of Bid


Schedule 2: Bidders Confirmation
Schedule 3: Submitted Bid and Statement of Compliance

PAGE 25 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART D

1 Introduction

1.1 The Bid process will be conducted to ensure that Bids are evaluated fairly to ascertain the most
economically advantageous bid.
1.2 Account will also be taken of any factors which may impact on the Bidders suitability that emerge
from the bidding process and relate to information previously provided by the Bidder as part of the pre-
qualification process. If the Bidders circumstances have changed significantly from the position stated in
the RFI this may lead to the Bidder no longer being able to participate further in the Bid process.

2 Evaluation of Bids
2.1 Bidders Response to the questions contained in the Response Requirement and their
Response to the Specification along with pricing information and any other information, specifically
related to the evaluation of Bids and requested by the Authority in this RFQ will be evaluated against
the criteria found in Table 2.1 below:

Question Question title Weighted Score - %


Number

D1.0 Cost
30%

D1.1 Please provide the methodology that demonstrates how


you will comply with the specification and demonstrates 6%
your understanding of the project
D1.2 Please provide a full description, including make and model,
of all the cameras / recording system components you 6%
propose and demonstrate how these will match the
specification
D.1.3 Please provide full manufactures operating manual and
show how training will be provided to the staff to show the 3%
ease of the operation by security staff
D1.4 Explain how the proposed installation will comply with all
relevant regulations, the requirements of BS7671 1992 Pass or fail
(16th Edition 1991 Wiring Regulations for Electrical
Engineers) (The Requirement for Electrical Installations)
or EU equivalent. Please demonstrate that the system will
comply with NA COSS NACP 20 Code of Practice for
Planning, Installation and Maintenance of Close Circuit
Television Systems or ACPO or EU equivalent.
D1.5 Demonstrate how your proposed recording equipment has
the quality and robustness required for long term use i.e. 5 7%
to 10 years. This will also include picture quality at the
requested resolution.
D1.6 Demonstrate how your proposed recording equipment has
the quality and robustness required for long term use 5 to 7%
10 years. This will also include the recording and playback
quality of the images.

PAGE 26 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART D

D1.7 Demonstrate how the Virtual Matrix Controller will control


the cameras and recording equipment, ease of use for the 3%
operator and supply names of two companies who have this
system installed so that visits can be made to see the
equipment working.

D1.8 Please explain how the system can be expanded to include


additional cameras or recording equipment 4%

D1.9 Please demonstrate that the system has the ability for
expansion and maintenance by a third party installer. 4%

D.1.10 Please outline any additional operating features/innovation


of the proposed system which are supplementary which 5%
could include
Remote monitoring of the systems.
Permanency mode (items left unattended or fixed
items moved).
Remote CCTV alarm notification.
CCTV Alarm recording / response.
D1.11 Please provide a Project Plan for this project and include the
lead time and installation of the equipment and practical 10%
completion of the project. This is to include the
commencement date of installation to the completion
of the project
D1.12 Please demonstrate how you will give technical assistance
during the warranty period and beyond 4%

D1.13 Please provide information how you will report Warranty


fault reporting procedures during the defect correction 3%
period.
D1.14 Please demonstrate and show timescales and procedures
for fault rectification during the warranty period 4%

D1.15 Please indicate the average timescale for fault attendance


and rectification across your current client base with 3%
warranty issues during the defect correction period.
D1.16 Please provide assurance that spare equipment is held and
that it is sufficient to facilitate timely repair or replacement 1%
during the defect correction period.
D1.17 Acceptance of Terms and Conditions
Not Scored (Pass/Fail)

Marking Guidelines for Award Criteria Questions


A series of questions will be asked and the responses will marked. The details of the scores and
weightings are given in section 2.1 so that all Bidders are aware of the maximum potential marks
available. An example of how the marking process will be carried out is shown below.

PAGE 27 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART D

Score Evaluation response

0 The question is not answered or the response is completely unacceptable.


1 Extremely poor response and not acceptable - they have completely missed the
point of the question.
2-4 Very poor response and not acceptable fails to meet the minimum
requirement/standard. Requires major revision to the proposal to make it
acceptable. Only partially answers the requirement, with major deficiencies and
little relevant detail proposed.
5-6 Poor response only partially satisfying requirement/standard with deficiencies
apparent. Some useful evidence provided but response falls well short of
minimum requirements. Low probability of success, sufficient obstacles but
correctable.
7-8 Response is acceptable and meets minimum requirement but remains basic and
could have been expanded upon. Response is sufficient but does not inspire.
Good probability of success, weaknesses can be readily corrected.
9-10 Response meets is acceptable and meets minimum requirement and
demonstrates they can meet the specified performance or capability. High
probability of success, no significant weaknesses noted. The response includes
a full description of techniques and measurements to be employed.

Responses will be scored on the basis of pro rata of the Award criteria value for a Question based on the 0-
10 scoring against the Award scoring methodology, unless otherwise indicated in the Question and / or its
guidance notes.

Financial Methodology

The evaluation of
the financials works in the following way.doc

2.2 The successful bidder will be who, in the opinion of the Authority at the conclusion of the
evaluation, offers the most economically advantageous Bid to the Authority having regard to the
award criteria set out in table 2.1 above.

3 Mandatory Requirements
3.1 In order to be considered suitable for Contract award Bidders must satisfy all of the
Mandatory Requirements (MR). These will be indicated by the inclusion of a next to the
requirement reference details of the requirement to meet a Pass standard are included in the table in
Section 3.5.

3.2 The Authority reserves the right to reject any Bid in which a response to a MR is evaluated as
not having been satisfactorily met.

3.3 A statement that a particular requirement will be met is not in itself sufficient. Such
responses, or responses that are ambiguous, may be taken as failing to meet the Requirement.
Detailed information regarding how, when and to what extent a Requirement can be met must be
provided where appropriate and, in evaluating a given requirement, scores will be awarded
accordingly. Furthermore, if any requirement or part of a requirement cannot be met, this must be

PAGE 28 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART D

stated explicitly along with reason why.

3.4 Where a Bidder has already provided information to the Authority that addresses a specific
requirement, this information should be re-stated in their Bid, not simply referenced.

3.5 The following criteria shall be used by the Evaluation team when considering if Bidders have
met an Mandatory Requirement.

The RFQ shall be marked against the attached pass / fail criteria:

Question Question title Requirement to Pass


Number

Explain how the proposed installation will


comply with all relevant regulations, the
D1.4 requirements of BS7671 1992 (16th Edition Pass- Provided all the information requested
1991 Wiring Regulations for Electrical
Engineers) (The Requirement for Electrical Fail- Information either not provided or only
Installations) or EU equivalent. Please
demonstrate that the system will comply partially provided
with NA COSS NACP 20 Code of Practice for
Planning, Installation and Maintenance of
Close Circuit Television Systems or ACPO or
EU equivalent.

Acceptance of Terms and Conditions


D1.15 Pass- Acceptance of T&Cs

Fail- Non acceptance of T&Cs

4 Evaluation Process
4.1 The evaluation process will feature some, if not all, the following phases:

4.1.1 Phase 1 Compliance Checks

(a) Receipt and Opening


RFQ Responses will be formally logged upon receipt in accordance with the
Authoritys procurement procedures. Any RFQ Response that is received at the
designated point after the deadline may be rejected and not considered for

PAGE 29 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART D

evaluation.

(b) Compliance Check


A small team from the Authority will then check the Statement of Compliance;
completion of which is mandatory. Bidders are required to confirm in the Statement
of Compliance that they have provided a Response including, where applicable, any
evidence requested against each of the requirements, as directed, in the
Specification and the Commercial Response Requirements. In the event that a
Bidder is unable to provide a positive response for any of the requirements, or a
detailed reason as to why a positive response cannot be given, the Authority may
either exclude the Bidder from further participation in the evaluation process or, at its
discretion, may seek clarification. In the case of the latter, a failure by the Bidder to
provide a satisfactory response within the deadline specified in the request for
clarification may result in its disqualification from the evaluation process.

4.1.2 Phase 2 Independent Evaluation of Submitted Bids

4.1.3 Phase 3 - Moderation of Scores


Moderation and merging of qualitative and quantitative evaluation scores/rankings to produce
preliminary ranking

4.1.4 Phase 4 - Bidder Presentations/Clarification Meetings

4.1.5 Phase 5 Customer References

(a) N/A

(b) Taking up of written customer references

4.1.6 Final moderation meeting to moderate and merge scores gathered from Customer
Reference Site Visits and/or written reference to produce final ranking.

4.1.7 Evaluation Report and Recommendation

4.1.8 Approvals

5 Award of Contract
5.1 The Authority will inform all Bidders in writing of any intention to award a Contract.

5.2 All unsuccessful Bidders will be provided with an unsuccessful letter notifying them of the
outcome of the evaluation exercise. This will include details of:

the award criteria;

the score of the Bidder;

PAGE 30 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART D

the name of the successful Bidder

PAGE 31 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART D

Schedule 1: Form of Bid

TO BE COMPLETED BY THE BIDDER

To: [Bidder to insert name and address of Authority]

Date: [Bidder to insert date]

PROVISION OF: The Upgrade of the CCTV System at the NOC Southampton

REFERENCE NUMBER: FM140003

To: The Authority

From: [Bidder to insert name of organisation submitting Bid ]

Having examined the Request for Quote and all other Schedules, and being fully satisfied in all
respects with the requirements of the RFQ (including the Conditions of Bid). I/We hereby offer to
provide the Upgrade of the CCTV system at the NOC Southampton as specified in Part E
Specification at the prices shown in the Part G: Schedule 5 - Charges for the term of the contract and
in accordance with the provisions of the Contract. If this offer is accepted I/we will execute
documents in the form of the Contract within 30 days of being called upon to do so.

I/We understand that the Governments transparency agenda requires that sourcing documents,
including RFQ templates such as this, are published on a designated, publicly searchable web site,
and, that the same applies to other sourcing documents issued by the Authority, including the RFI,
and any contract entered into by the Authority with its preferred supplier once the procurement is
complete.

By submitting a response to this RFQ I/we agree that our participation may be made public.

I/we understand that the answers given in this response will not be published on the web site (but
may fall to be disclosed under Freedom of Information Act 2000 or Environmental Information
Regulations 2004).

I/We confirm that I/we agree with the Authority in legally binding terms to comply with the
provisions relating to confidentiality set out in Part C paragraphs 3.1 to 3.4 of this Request for
Quote.
In compliance with your requirements as set out in your RFQ I have completed and enclose
the following documents:

PART : SCHEDULE ONE:


FORM OF BID
PART F: BIDDERS RESPONSE (including the management summary and any allowable
annexes)
PART G: SCHEDULE FIVE:
CHARGES

PAGE 32 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART D

PART G: SCHEDULE SIX:


COMPANY DETAILS
PART G: SCHEDULE SEVEN:
REFERENCES
PART G: SCHEDULE EIGHT:
PROPOSED AMENDMENTS TO THE CONTRACT DOCUMENTS

In compliance with the requirements set out in your Request for Quote, which I confirm I have
read and fully understand, I also confirm that I have complied with the specific requirements
set out in the documents detailed in the table below and which I enclose:

PART D: SCHEDULE TWO:


BIDDER CONFIRMATION
PART D: SCHEDULE THREE:
SUBMITTED BID AND STATEMENT OF COMPLIANCE

This Bid shall remain open for acceptance by the Authority for a period of 90 days as Part C:
Paragraph 5.1 after the due date for return of bids specified in the Request for Quote.

I warrant that I have all the requisite corporate authority to sign this Bid and confirm that I
have complied with all the requirements set out in Part B; Schedules 2 AND 3 inclusive.

We offer to undertake the requirement as to that detailed in



Schedule 5 for a total of:

Signed for and on behalf of the above named Bidder:

Signature:
..................................................................................................................

Position:
...................................................................................................................

Signature:
...................................................................................................................

Position:
....................................................................................................................

Date:
.....................................................................................................................

PAGE 33 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART D

Schedule 2: Bidders Confirmation


BID FOR SUPPLY OF The Upgrade of the CCTV System at the NOC Southampton

Collusive Bidding
The essence of the public procurement process is that the Authority shall receive bona fide
competitive Bids from all Bidders. In recognition of this principle and in signing Schedule 1: Form of
Bid I/we warrant this is a bona fide Bid, intended to be competitive and that I/we have not fixed or
adjusted the amount of the Bid or the rates and prices quoted by or under or in accordance with any
agreement or arrangement with any other party.
I/We also confirm that I/we have not done and undertake that I/we will not do at any time any of the
following acts:
Communicate to a party other than the Authority the amount or approximate amount of my/our
proposed Bid (other than in confidence in order to obtain quotations necessary for the
preparation of the Bid and/or insurance), enter into any agreement or arrangement with any
other party that he shall refrain from bidding or as to the amount of any Bid to be submitted, or
offer or agree to pay or give or pay or give any sum of money inducement or valuable
consideration directly or indirectly to any person for doing or having done or causing or having
caused any act or omission to be done in relation to any other bid or the proposed Bid.
In this Schedule:
the word person includes any person, body or association, corporate or incorporate
the phrase any agreement or arrangement includes any transaction, formal or informal
whether legally binding or not.

Canvassing
I/We hereby confirm that I/we have not canvassed any member, officer, employee, or agent of the
Authority or Other Contracting Body in connection with the award of the Contract for the
goods/services/goods and services and that no person employed by me/us or acting on my/our
behalf has done any such act.
I/We further hereby undertake that I/we will not prior to the conclusion of the Supplier selection
process canvass or solicit any member, employee, agent or Supplier of the Authority or Other
Contracting Body in connection with the award of the Contract for the goods/services/goods and
services or any proposed Call Off Contract for the provision of the goods/services/goods and
services and that no person employed by me/us or acting on my/our behalf will do any such act.
I/We further acknowledge that, should I/we be awarded the Contract following the conclusion of the
Supplier selection process, the Authority will permit me/us to approach the Authority and/or Other
Contracting Body directly in order the promote the Contract.

Confirmation of RFI Submission


I/ We hereby certify that any statement made in our RFI submission remains true and accurate in all
material aspects save as specified below: - (Bidder to enter nil if none)
NIL

PAGE 34 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART D
Schedule 3: Submitted Bid and Statement of Compliance

Bidders to Note:

The Bidders Response, (Part F); Schedules 1 - 8 forms the basis against which the Bidders Response to the RFQ will be compliance checked and
evaluated. The following Statement of Compliance provides Bidders with a list of the key areas within their response that must be addressed. Bidders shall
ensure that their overall Response includes evidence of providing/addressing all of these areas. The Authority may seek to clarify Responses given by a
Bidder but reserves the right to reject any Submitted Bid, which fails to meet this initial compliance check.

The Bidders response to the RFQ should be divided into four sections:

The four sections are:

1. Executive Summary (see Table 1) Not Bidders must ensure that a Yes response
Use is given against each of the 4 sections listed
d to the left. In the event that a Bidder is
unable to provide a yes response, the
Bidder shall provide a detailed reason as to
2. Schedules 1 -3 why a response cannot be given.

3. Response to the Specification (Part F)

4. Response to the Commercial Requirements (Part G) Schedules 5 - 8

Presentation of the documents in this order is required to enable ease of reading and referencing for those carrying out the evaluations.

PAGE 35 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART D

Not Used

PAGE 36 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART E

Part E

Specification

The site visit for this requirement is mandatory. If you submit a tender without having attended the site visit
your bid may be deemed non-compliant and will not be considered.

To arrange a visit please contact Paul Dent, e-mail padent@noc.ac.uk


.
Please provide the names of those attending and, if possible, the make and registration number
of the vehicle you will be travelling in, so that parking can be arranged. Please note that you will
also be required to present ID at reception on your arrival.

Final date for site visit 07th March 2014

Specification

CCTV Tender
Specification V7-2 BE.pdf

PAGE 37 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART F

PART F

BIDDERS RESPONSE

TABLE OF CONTENTS PART F


1 Introduction 36

2 Bidders Response 36

PAGE 38 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART F

1 Introduction
The Bidder must use the templates set out in the tables below to present its RFQ Response to the requirement.

2 Bidders Response
Bidders Response - The requirements as stated within the Specification(s) are provided below. Bidders are invited to respond to each requirement ensuring all
points are answered in the right hand boxes. Responses should be in full and supported by evidence, allowing evaluators to gain a good understanding of how
the Bidder intends to provide and support the Authoritys requirement. Annexes will only form part of the evaluation where they are expressly permitted. Ensure
all Annexes are clearly referenced in the right hand column.
Those requirements whose reference number also contains a are Mandatory Requirements. See Part D clauses 3.1 3.4.

No Information required Response Requirement and Bidders Response (the Bidder may Unique Evaluatio
overwrite the Response Requirement text) Annex Ref n
Criteria
Reference
D Cost
1
.
0
D Please provide the methodology that demonstrates how
1 you will comply with the specification and demonstrates
. your understanding of the project
1
D Please provide a full description, including make and
1 model, of all the cameras / recording system components
. you propose and demonstrate how these will match the
2 specification.
D Please provide full manufactures operating manual and
1 show how training will be provided to the staff to show
. the ease of the operation by security staff
3

PAGE 39 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART F

No Information required Response Requirement and Bidders Response (the Bidder may Unique Evaluatio
overwrite the Response Requirement text) Annex Ref n
Criteria
Reference
D Explain how the proposed installation will comply with all Pass or Fail
1 relevant regulations, the requirements of BS7671 1992
. (16th Edition 1991 Wiring Regulations for Electrical
4 Engineers) (The Requirement for Electrical
Installations) or EU equivalent. Please demonstrate that
the system will comply with NA COSS NACP 20 Code of
Practice for Planning, Installation and Maintenance of
Close Circuit Television Systems or ACPO or EU
equivalent.
D Demonstrate how your proposed recording equipment
1 has the quality and robustness required for long term use
. i.e. 5 to 10 years. This will also include picture quality at
5 the requested resolution.
D Demonstrate how your proposed recording equipment
1 has the quality and robustness required for long term use
. 5 to 10 years. This will also include the recording and
6 playback quality of the images.
D Demonstrate how the Virtual Matrix Controller will
1 control the cameras and recording equipment, ease of
. use for the operator and supply names of two companies
7 who have this system installed so that visits can be made
to see the equipment working.

PAGE 40 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART F

No Information required Response Requirement and Bidders Response (the Bidder may Unique Evaluatio
overwrite the Response Requirement text) Annex Ref n
Criteria
Reference
D Please explain how the system can be expanded to
1 include additional cameras or recording equipment
.
8
D Please demonstrate that the system has the ability for
1 expansion and maintenance by a third party installer
.
9
D Please outline any additional operating
1 features/innovation of the proposed system which are
. supplementary which could include
1 Remote monitoring of the systems.
0 Permanency mode (items left unattended or
fixed items moved).
Remote CCTV alarm notification.
CCTV Alarm recording / response.
D Please provide a Project Plan for this project and include
1 the lead time and installation of the equipment and
. practical completion of the project. This is to include
1 the commencement date of installation to the
1
completion of the project
D Please demonstrate how you will give technical
1 assistance during the warranty period and beyond
.
1
2

PAGE 41 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART F

No Information required Response Requirement and Bidders Response (the Bidder may Unique Evaluatio
overwrite the Response Requirement text) Annex Ref n
Criteria
Reference
D Please provide information how you will report Warranty
1 fault reporting procedures during the defect correction
. period.
1
3
D Please demonstrate and show timescales and procedures
1 for fault rectification during the warranty period
.
1
4
D Please indicate the average timescale for fault
1 attendance and rectification across your current client
. base with warranty issues during the defect correction
1 period.
5
D Please provide assurance that spare equipment is held
1 and that it is sufficient to facilitate timely repair or
. replacement during the defect correction period.
1
6
D Acceptance of Terms and Conditions
1
.
1
7

PAGE 42 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART F

PAGE 43 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART G

Part G

Commercial Response Requirements

TABLE OF CONTENTS PART G

1 Company Details 40

2 Price Variation 40

3 Charges 40

4 Parent Company Guarantee 40

5 References 40

6 Draft Contract Amendment Suggestions 40

Schedule 4: Draft Contract 41


Schedule 5: Charges 42
Schedule 6: Company Details 43
Schedule 7: References 44
Schedule 8: Proposed Amendments to the Contract Error! Bookmark not defined.

PAGE 44 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART G
2 Company Details
Please complete, Schedule 6 Company Details.

2 Price Variation
The price will remain fixed for a period of the full term of the Contract. Thereafter they shall be
subject to change in accordance with the terms of the Contract.

3 Charges
3.1 Bidders must complete Schedule 5 - Charges with the all proposed charges/prices to
provide the goods/services/goods and services.

3.1.1 The charges/prices must cover all requirements.

3.1.2 All charges/prices must be expressed in pounds sterling and should be exclusive of VAT, all
pricing information will form the basis of any resultant Contract.

4 Deed of Guarantee
4.1 If requested to do so by the Authority Bidders must be willing to provide a Deed of Guarantee as
considered appropriate by the Authority.

5 References

5.1 Except where already previously provided as part of the submission of the Request for
Information (RFI) Bidders must provide in Schedule 7 details of three current customers from whom
the Authority may seek references.

6 Draft Contract Amendment Suggestions


6.1 The Authority is conducting this procurement in accordance with the requirements of the
restricted procedure as set out in the Public Contracts Regulations 2006, this means it is prevented
from undertaking negotiation of the draft Contract. However, amendments by Bidders and/or the
Authority to clarify the terms of the Contract are permitted. Should Bidders wish to suggest
amendments to the Contract these should be entered on Schedule 8. The Authority can make no
commitment to act on such suggestions.

PAGE 45 OF 51
RFQ REF FM140003 UK SHARED BUSINESS SERVICES LTD (UK SBS)

PART G

PAGE 46 OF 51
Schedule 4: Draft Contract

GS2 - Goods and


Services purchasing contract -CCTV.doc

PAGE 47 OF 51
Schedule 5: Charges

Pricing schedule.xlsx

Schedule 6: Company Details

INFORMATION REQUIRED RESPONSE

Registered Company Name

Registered Company Address

Registered Number

Contact Name for Enquiries related to your


bid

Contacts company position

Contacts email address

Contacts landline telephone number

Contacts mobile telephone number

PAGE 48 OF 51
Schedule 7: References
REFERENCE 1

INFORMATION REQUIRED RESPONSE

Name and Address of Company

Contact Name and Telephone Number

Details of Service Provided

Value of Contract

Duration of Contract

Duration of Service Provided

REFERENCE 2

INFORMATION REQUIRED RESPONSE

Name and Address of Company

Contact Name and Telephone Number

Details of Service Provided

Value of Contract

Duration of Contract

Duration of Service Provided

PAGE 49 OF 51
REFERENCE 3

INFORMATION REQUIRED RESPONSE

Name and Address of Company

Contact Name and Telephone Number

Details of Service Provided

Value of Contract

Duration of Contract

Duration of Service Provided

Approval will be obtained from the Bidders prior to the Authority contacting any of the references provided in
Schedule 7.

PAGE 50 OF 51
Not Used

THIS IS THE LAST PAGE OF THE RF

PAGE 51 OF 51

Das könnte Ihnen auch gefallen