Tender for Security Services in London
London School of Hygiene and Tropical Medicine – Tender for Security Services.
United Kingdom-London: Security services
2016/S 232-422790
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Keppel Street
London
WC1E 7HT
United Kingdom
Contact person: The Litmus Partnership Ltd
Telephone: +44 1276673880
E-mail: pqq@litmuspartnership.co.uk
NUTS code: UKI
Internet address(es):Main address: http://www.lshtm.ac.uk/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
London School of Hygiene and Tropical Medicine – Tender for Security Services.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The successful tenderer will be required to provide security services to the London School of Hygiene and Tropical Medicine.
The London School of Hygiene and Tropical Medicine is a world-leading centre for research and post-graduate education in public and global health, with over 4 000 students and more than 1 000 staff working in 100 countries. Our mission is to improve health and health equity in the UK and worldwide; working in partnership to achieve excellence in public and global health research, education and translation of knowledge into policy and practice.
There is approximately 1 000 full time Students, 3 000 distance learner students and 1 000 students on short courses.
II.1.6)Information about lots
II.2.3)Place of performance
London School of Hygiene & Tropical Medicine
London
UNITED KINGDOM.
II.2.4)Description of the procurement:
The School currently operates out of 5 properties within a one-mile radius in Bloomsbury, London. The Estate accommodation gross internal area is 27 000 m² and net internal area 18 213 m².
The current security service provision at LSHTM has not been market tested in recent years and to ensure Best Value principles are applied the School have made a decision to tender the security service.
The current security operation is run by ISS.
The value of the contract operated by ISS: Keppel Street 337 000 GBP (24hours / 7 days per week); Tavistock Place 122 000 GBP (not 24 hours). It is intended that the initial contract shall run for a period of 3 years.
For the avoidance of doubt TUPE Regulations will apply to this contract. There are 12 guards assigned to the contract.
The successful contractor will be expected to deliver a concise and detailed method of management reporting at the end of each month, thus updating the senior management team within the School on contract performance. It is imperative that an open book policy is offered to ensure the School has total clarity on both operational and financial performance.
The School is seeking both innovation and the application of current security techniques and up-to-date equipment within the tender submissions and would expect as a result of this to be able to identify ‘best value’ principles and work in partnership with the chosen contractor going forward.
The College has five key objectives which should be focused upon throughout the tender process. They are:
Ongoing savings year-on-year during the contract term.
The contract will be for 3 years initially, with the option of a 2 year extension, depending on operational and financial performance.
The School is ISO 14001 and EcoCampus Platinum certified, it is important that any contractor to be similarly certified.
The School is committed to ensuring that the London living wage is paid to all staff.
The School is looking to change to a 4×4 shift pattern to allow better flexibility and improve service standards.
Review / suggestions to improve work methodology; suggestions to improve the efficiency of service.
The School owns the CCTV hardware and the current contractor the software. The School is looking for initiative ways to improve security, in particular with the out of hours services. Recommendations and investment of this equipment should be included within the financial submission of the tender document.
The successful contractor must deliver a consistently, high standards of service across the LSHTM.
A reconciliation will take place monthly to reconcile the actual operating financial result to allow LSHTM to see how the security operation is performing financially. Any banked hours will not be accrued and credited back to LSHTM at the end of each month.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage.
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.1.2)Economic and financial standing
III.1.3)Technical and professional ability
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.2.3)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:
Interest in the pre-qualification process should be expressed via email only to pqq@litmuspartnership.co.uk, clearly stating within this email which contract / notice you are referring to. Please also provide, as a minimum, a contact name, full company postal address and telephone number.
The pre-qualification questionnaire and associated documents can be obtained at:http://www.litmuspartnership.co.uk/project/london_school_of_hygiene__tropical_medicine__security_services
The closing date for receipt of the Pre-Qualification Questionnaire is 30.12.2016 (12:00). Tenderers are required to ensure that documents are obtained and returned to The Litmus Partnership Limited, by email to pqq@litmuspartnership.co.uk, by the above closing date and time.
Documents in respect of economic / financial standing (where indicated in the Pre-Qualification Questionnaire) shall be returned to The Litmus Partnership Limited, by email to pqq@litmuspartnership.co.uk, by the above closing date and time.
It will be the Tenderer’s responsibility to obtain any necessary documents in order to submit a response by the closing date and time.
The contracting authority reserves the right not to award any or part of the contract which is the subject of this OJEU notice and reserves the right to terminate the procurement process at any time.
The contracting authority will not be liable for any costs incurred by those expressing an interest in tendering for this contract opportunity.
The contracting authority will consider variant bids, evaluating them (so far as the variant or the evaluation of the variant is in the opinion of the contracting authority practicable) on the same basis as a conforming bid, but shall not be obliged to accept any such bid in preference to a conforming bid even if the variant bid scores more highly. No variant will be considered unless the bidder simultaneously submits a conforming bid.
VI.4.1)Review body
London
United Kingdom
VI.4.2)Body responsible for mediation procedures
London
United Kingdom
VI.4.4)Service from which information about the review procedure may be obtained
London
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Provide Manned Guarding Services to Bournemouth University
Provide Security Intelligence Services to HS2
Call Monitoring Services Contract
Locksmith Service Contract Birmingham
Security and Keyholding Services Framework Gloucestershire