University Security Services Contract Chelmsford
2017/S 019-032656
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Anglia Ruskin University
Rivermead Gate, Bishop Hall Lane
Contact point(s): https://in-tendhost.co.uk/angliaruskinuniversity/aspx/Home
CM1 1SQ Chelmsford
United Kingdom
E-mail: procurement@anglia.ac.uk
Internet address(es):
General address of the contracting authority: www.anglia.ac.uk
Address of the buyer profile: https://in-tendhost.co.uk/angliaruskinuniversity/aspx/Home
Electronic access to information: https://in-tendhost.co.uk/angliaruskinuniversity/aspx/Home
Electronic submission of tenders and requests to participate: https://in-tendhost.co.uk/angliaruskinuniversity/aspx/Home
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 27: Other services
NUTS code UKH
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
79710000, 79713000, 79715000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Anglia Ruskin University has its own in-house Security Service which operates on a 24/7 daily basis. The structure is based around two separate teams of twelve staff rostered separately at each of our main campuses in Chelmsford and Cambridge covering a 24/7 period.
Whilst the majority of the security function is undertaken by in-house staff the University continues to have a requirement for the provision of some contracted security services, ranging mainly around satellite buildings, planned and ad hoc roster cover, and assistance with events such as Open Days and Graduations.
Additional guarding may also be required on an ad-hoc basis and sometimes at short notice; therefore, a great amount of flexibility will be required to meet with this identified need.
At the time of publishing the documentation, transfer of Undertakings (Protection of Employment) (‘TUPE’) may apply to this contract.
It is a mandatory requirement that individuals undertaking designated activities for the successful Supplier hold the compulsory Security Industry Authority (SIA) Licencing.
During the SQ stage, the intention is to arrive at a Short List of between 5 and 8 for Lot 1 (University Security Services) qualified Potential Providers for formal Invitation To Tender (ITT) against the requirement.
The duration of the contract will be for initial period of 36 months, with the option to extend for a further 2 x 12 months (in 12 months increments), subject to satisfactory performance.
Lot 2 — University Library Security Services.
The University Library provides customer-focused services to staff, students and approved visitors to the University. This includes the provision of study space within the libraries at Cambridge and Chelmsford until midnight during vacation periods, and extended opening hours throughout semester including 24/7 opening in key assessment periods as informed by the University Library.
This contract is for the provision of concierge-type services alongside security elements. Staff will be based at the Reception Desk and will assist library users with a range of queries about the library, IT support and the University generally, as well as managing access into the library space and regularly patrolling the libraries. Staff will need to have strong interpersonal and customer service skills as well as being literate and numerate and confident with using basic IT applications.
The contract is to be delivered at both our Cambridge and our Chelmsford sites. However occasional cover may be required at our Peterborough site to cover staff training days.
During the SQ stage, the intention is to arrive at a Short List of 5 for Lot 2 (Library Security Services) qualified Potential Providers for formal Invitation To Tender (ITT) against the requirement.
It is a mandatory requirement that individuals undertaking designated activities for the successful Supplier hold the compulsory Security Industry Authority (SIA) Licencing.
At the time of publishing the documentation, transfer of Undertakings (Protection of Employment) (‘TUPE’) may apply to this contract.
The duration of the contract will be for initial period of 36 months, with the option to extend for a further 2 x 12 months (in 12 months increments), subject to satisfactory performance.
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: 2
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: University Security Services
1)Short description
2)Common procurement vocabulary (CPV)
79710000, 79713000, 79715000
3)Quantity or scope
Whilst the majority of the security function is undertaken by in-house staff the University continues to have a requirement for the provision of some contracted security services, ranging mainly around satellite buildings, planned and ad hoc roster cover, and assistance with events such as Open Days and Graduations.
Additional guarding may also be required on an ad-hoc basis and sometimes at short notice; therefore, a great amount of flexibility will be required to meet with this identified need.
At the time of publishing the documentation, transfer of Undertakings (Protection of Employment) (‘TUPE’) may apply to this contract.
It is a mandatory requirement that individuals undertaking designated activities for the successful Supplier hold the compulsory Security Industry Authority (SIA) Licencing.
During the SQ stage, the intention is to arrive at a Short List of between 5 and 8 for Lot 1 (Security Services) qualified Potential Providers for formal Invitation To Tender (ITT) against the requirement.
The duration of the contract will be for initial period of 36 months, with the option to extend for a further 2 x 12 months (in 12 months increments), subject to satisfactory performance.
Lot No: 2 Lot title: University Library Security Services
1)Short description
2)Common procurement vocabulary (CPV)
79710000, 79713000, 79715000
3)Quantity or scope
This contract is for the provision of concierge-type services alongside security elements. Staff will be based at the Reception Desk and will assist library users with a range of queries about the library, IT support and the University generally, as well as managing access into the library space and regularly patrolling the libraries. Staff will need to have strong interpersonal and customer service skills as well as being literate and numerate and confident with using basic IT applications.
The contract is to be delivered at both our Cambridge and our Chelmsford sites. However occasional cover may be required at our Peterborough site to cover staff training days.
During the SQ stage, the intention is to arrive at a Short List of 5 for Lot 2 (Library Security Services) qualified Potential Providers for formal Invitation To Tender (ITT) against the requirement.
At the time of publishing the documentation, transfer of Undertakings (Protection of Employment) (‘TUPE’) may apply to this contract.
It is a mandatory requirement that individuals undertaking designated activities for the successful Supplier hold the compulsory Security Industry Authority (SIA) Licencing.
The duration of the contract will be for initial period of 36 months, with the option to extend for a further 2 x 12 months (in 12 months increments), subject to satisfactory performance.
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Please refer to the Selection Questionnaire.
III.2.3)Technical capacity
Please refer to the Selection Questionnaire.
Minimum level(s) of standards possibly required:
Please refer to the Selection Questionnaire.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 3-4 years.
VI.2)Information about European Union funds
VI.3)Additional information
VI.5)Date of dispatch of this notice:
Related Posts
Pre-employment Security Screening Service Tender
Provide Specialist Security Services to HS2
Eastern Procurement Compliance Framework