DWP Estates Security Services
The services required will include security guarding, installation of new security systems, maintenance of existing security systems and security advice.
United Kingdom-London: Investigation and security services
2017/S 008-011840
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Estates TOM Team, Floor 5, Caxton House, 6-12 Tothill Street
London
SW1H 9NA
United Kingdom
Contact person: DWP Estate Security Team
E-mail: security.servicesteam@dwp.gsi.gov.uk
NUTS code: UK
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
DWP Estates Security Services.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
It is the intention of DWP as the Contracting Authority to put in place a contract for Security Services delivery across the DWP Estate. The services required will include security guarding, installation of new security systems, maintenance of existing security systems and security advice, along with any ancillary, related or incidental services. The DWP Estate currently consists of more than 900 properties with a variety of building usages, including Jobcentres Plus sites and Corporate Centres in central urban and remote rural locations throughout England, Scotland and Wales although the scope of properties covered by this contract will change during the life of the contract. The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
DWP Offices.
II.2.4)Description of the procurement:
See II.1.4 above.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
DWP intends to award a contract for a period of 5 years with the option to extend this initial period for 2 additional periods of 1 year. This period will include a mobilisation phase ahead of the anticipated service commencement date of 1.4.2018. The estimated value in II.2.6 includes the extension period.
II.2.9)Information about the limits on the number of candidates to be invited
It is our intention to invite the five highest scoring suppliers to the ITT stage. In the event of any tied scores within the five highest scoring bids then this may mean additional suppliers are invited. For example, five suppliers achieve the same and highest score. They would all be invited to the ITT stage and no further suppliers would be invited.
Alternatively; if three suppliers achieved scores placing them 1st, 2nd and 3rd but four other suppliers all achieve the same score placing them joint 4th then all seven suppliers would be invited to ITT stage. As the five highest scoring supplier places have now been filled, no further suppliers would be invited.
An assessment of the suppliers capability and capacity to deliver the services required will be based on the responses given in the Security Services Selection Questionnaire case studies against the criteria contained in the SQ Instructions to Potential Suppliers on BravoSolution.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Suppliers will be assessed against the selection and exclusion criteria as detailed within the Selection Questionnaire. If any of the grounds for exclusion as specified in the Selection Questionnaire documents apply, the Supplier will be excluded from participating further in the procurement. Those Suppliers that are not excluded shall be assessed against the selection and award criteria specified in the Selection Questionnaire documents.
III.1.2)Economic and financial standing
All suppliers who respond to this Notice will be requested to complete a Supplier Selection Questionnaire (SQ) using BRAVO, DWP’s e-Procurement Solution, which will request details of their economic and financial capacity.
Any Contracting Entity bidding will be required to have a minimum annual turnover of 160 000 000 GBP in its most recent trading year. Please also see the financial tests referred to in the Supplier Selection Questionnaire (SQ) Instructions to Potential Suppliers.
III.1.3)Technical and professional ability
All suppliers who respond to this Notice will be requested to complete a Selection Questionnaire using BRAVO Solution which will request details of their technical capacity.
The Contracting Authority reserves the right to reject suppliers who cannot demonstrate appropriate experience in the following areas:
(a) Security Guarding;
(b) Staff Transfer;
(c) Control and Monitoring Facility;
(d) CCTV, Access Control, Panic Alarms, Fire & Intruder Detection Systems;
(e) Support, Maintenance and Training;
(f) Innovation/Transformation.
Please see the Supplier Selection Questionnaire (SQ) Instructions to Potential Suppliers for further details.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.5)Information about negotiation
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The Contracting Authority in section I.1 is part of the Department for Work and Pensions and is acting on behalf of the Secretary of State for Work and Pensions.
DWP serves over 22 000 000 customers, employing around 90 000 people; roughly 20 % of all Government and Civil Service employees. The Department has the largest proportion of the overall Government civil estate at around 15 %, equating to around 1 500 000 square metres.
DWP does not own any of the property it occupies. 96 % of the estate falls under a commercial agreement, (commonly known as the PRIME contract), that delivers fully serviced accommodation including facilities management services in addition to property/asset management services and Security Services. DWP are seeking to procure services to commence on the expiry of the PRIME Contract from 1.4.2018.
The role of the security services supplier will include the provision of: manned guarding, design, installation, commissioning and maintenance of security systems, 24/7 systems monitoring / control centre and reactive services/incident response and management, also assisting in the risk assessment and preparation of site security specifications.
Potential Suppliers who progress to the ITT and ITN stages of this procurement maybe required to sign a Non-Disclosure Agreement
The Contracting Authority intends to use an eTendering system.
Suppliers Instructions:
How to Express Interest in this Tender:
1. Register on the eSourcing portal (this is only required once): https://dwp.bravosolution.co.uk & click the link to register:
— Accept the terms & conditions & click ‘continue’,
— Enter your correct business & user details,
— Note your chosen username & click ‘Save’. You will receive an email with your password (keep this secure).
2. Express an Interest in the tender — Login to the portal with the username/password:
— Click the ‘PQQs / ITTs Open To All Suppliers’ link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier).
— Click on PQQ_28773 DWP Estates Security Services to access the content.
— Click the ‘Express Interest’ button at the top of the page.
— This will move the PQQ /ITT into your ‘My PQQs/ My ITTs’ page. (A secure area reserved for your projects only).
— You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ ITT Details’ box.
3. Responding to the tender:
— Click ‘My Response’ under ‘PQQ/ ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining).
— You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification.
— Note the deadline for completion. Follow the onscreen instructions to complete the PQQ/ ITT.
— There may be a mixture of online & offline actions to complete (detailed online help available). To submit your reply use the ‘Submit Response’ button (top of the page).
For further assistance please consult the online help, or the eTendering help desk. DWP expressly reserves the rights(i)to use a reverse auction; (ii)to cancel this procurement at any stage; (iii)to not award any contract as a result of the procurement process commenced by publication of this notice; (iv)and in no circumstances will DWP be liable for any costs incurred by potential suppliers.
VI.4.1)Review body
Caxton House, 6-12 Tothill Street
London
SW1H 9NA
United Kingdom
VI.4.4)Service from which information about the review procedure may be obtained
Caxton House, 6-12 Tothill Street
London
SW1H 9NA
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Supply Baby Tagging Alarm System
Eastern Procurement Compliance Framework
Corporate Security Services Tender York
Hostile Environment Training Tender
Tender for Security Services in London
Provide Manned Guarding Services to Bournemouth University