Provide Manned Security Services for Bath Spa University
A CCTV monitored provision, management of students welfare to ensure student safety whilst on campus.
United Kingdom-Bath: Security services
2017/S 090-177094
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Newton Park
Bath
BA2 9BN
United Kingdom
Contact person: Nigel Armstrong
Telephone: +44 7900784030
E-mail: info@na-consultancy.co.uk
NUTS code: UKK1
Address of the buyer profile: https://www.bathspa.ac.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Bath Spa University.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Contracting Authority is looking for a suitably qualified Manned Security, A CCTV monitored provision, management of students welfare to ensure student safety whilst on campus. The service relates to the estate campuses in the Bath Spa University estates and further details too the service requirements are identified in the ITT documentation.
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
Gloucestershire, Wiltshire and Bristol/Bath area.
II.2.4)Description of the procurement:
The Contracting Authority is looking for a suitably qualified Manned Security, A CCTV monitored provision, management of students welfare to ensure student safety whilst on campus. The service relates to the estate campuses in the Bath Spa University estates and further details too the service requirements are identified in the ITT documentation.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The initial contract is for 3 years to meet with an august 31st financial accounting periods with scope for extensions for a further period of any duration, but in any case, the total duration of any extensions shall not exceed 24 months from the last day of the financial accounting period.
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
(1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound -up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services,described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
A General Information Document will need to be completed and returned as part of the request to participate process. Candidates will need to provide as part of the request to participate process details of enrolment on professional or trade registers and details on whether bankruptcy, convictions of professional misconduct, none payment relating to social security contributions or taxes applies to the economic operator. Economic operators may be excluded from participation if any of these circumstances applies. Any candidate found to be guilty of
serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.
III.1.2)Economic and financial standing
In the first instance, candidates should register with www.delta-sourcing.com and express an interest in the contract. A General Information Document will need to be completed and returned (to www.delta-esourcing.com/respond/ as part of the Invitation to Tender in the process.
Candidates will need to provide as part of the Invitation to Tender process details of turnover, profit and capital and reserves for indicated years years. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.
A required minimum level of Capacity to Absorb the Contract for companies wishing to participate in this process is identified in the General Information Document under point 5.3. Terms and Conditions of tender are considered as a Pass/Fail requirement.
III.1.3)Technical and professional ability
In the first instance, candidates should register with www.delta-esourcing.com/respond/ and express an interest in the contract. A General Information Document will need to be completed and returned as required and by the indicated date in the Invitation to Tender. Candidates will need to provide as part of the Invitation to Tender process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.
Solvency and Sustainability will be evaluated on a scored basis. Please see the explanation detailed in the General Information Document for further information. Levels of insurance cover will be evaluated. Suppliers must hold or be willing to obtain the following levels of insurance cover to the minimum level of: Public Liability Insurance 5 000 000 GBP and Employers Liability Insurance 5 000 000 GBP with the University requirements to hold or attain levels to 10 000 000 GBP.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
Yes — 30 Months from contract start date, depending on whether extension periods are taken up.
VI.2)Information about electronic workflows
VI.3)Additional information:
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Bath:-Security-services./7KR4EX666Z
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7KR4EX666Z
GO Reference: GO-201758-PRO-10169633.
VI.4.1)Review body
Newton Campus
Bath
BA2 9BN
United Kingdom
Telephone: +44 7900784030
E-mail: info@na-consultancy.co.uk
VI.4.3)Review procedure
The authority will incorporate a minimum 10 calendar day standstill period (or 15 days if non-electronic methods used) at the point that information on the award of the contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court. Any such action must be brought promptly (generally within 3 months).
VI.5)Date of dispatch of this notice:
Related Posts
Cash Collection Contract Stockport
BBC Tender for Hostile Environment Training
Northern Ireland Water Security Services Contract
Aviation Security Services Contract Liverpool John Lennon Airport
Nottinghamshire County Council Security Services Contract 2017