Corporate Security Services Tender York
Provision of security service and outsource of CCTV service ‘Corporate Security Services’.
United Kingdom-York: Security services
2016/S 240-438398
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
City of York Council
Station Rise
For the attention of: Mark Woolford
YO1 6GA York
United Kingdom
Telephone: +44 1904552237
E-mail: mark.woolford@york.gov.uk
Internet address(es):
General address of the contracting authority: http://www.york.gov.uk
Address of the buyer profile: http://www.yortender.co.uk
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
Main site or location of works, place of delivery or of performance: West Offices, Station Rise, York, YO1 6GA & other sites as defined within the tender documentation.
NUTS code UKE21
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)
Following a review of all the Authority’s spend across all directorates on security the Authority has combined the majority of its security services and CCTV requirements within a single procurement exercise that will contain two specific ‘Lots’ which will enable the Authority to ensure it receives consistency in the quality of security services provided, value for money and drive innovation for all Security Services for the Authority. The two Lots are as follows:
Lot 1 — Manned Guarding, Key holding, Intruder Alarm, Monitoring and Investigation, Supply of Security
consumables, Supply and Installation of locks, padlocks and locking systems.
Lot 2 — Outsource of CCTV services.
II.1.6)Common procurement vocabulary (CPV)
79710000, 35125300, 50610000, 75241000, 35121000
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:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Manned Guarding, Key Holding, Intruder Alarm Monitor and investigation, Fire alarm activation monitor and investigation, Supply of Security consumables, locks, padlocks and locking systems etc
2)Common procurement vocabulary (CPV)
79710000, 35125300, 50610000, 75241000, 35121000
Lot No: 2 Lot title: Outsource of CCTV service — Operation of Public Space Surveillance camera network and supporting functions; the installation, operation and maintenance of all CCTV equipment (public surveillance and building networks)
2)Common procurement vocabulary (CPV)
35125300, 50610000, 75241000, 35121000
Section III: Legal, economic, financial and technical information
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.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.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
The High Court of Justice
WC2A 2LL London
United Kingdom
VI.4.2)Lodging of appeals
form 02 — Contract notice 12 / 16 standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2006 (SI 2006/5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the Regulations to take action in the High Court (England, Wales and Northern Ireland).
VI.5)Date of dispatch of this notice:
Related Posts
Supply Tamper Evident Bags to HMRC
Hostile Environment Training Tender
Tender for Security Services in London
Provide Manned Guarding Services to Bournemouth University