Event Security Ipswich
Event security at its Regent Theatre, Corn Exchange and Town Hall.
United Kingdom-Ipswich: Security services
2017/S 042-077692
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Ipswich Borough Council
Russell Road
Contact point(s): www.suffolksourcing.co.uk
For the attention of: Karen Tucciarone
IP1 2DE Ipswich
United Kingdom
Telephone: +44 1473433903
E-mail: karen.Tucciarone@ipswich.gov.uk
Internet address(es):
General address of the contracting authority: www.ipswich.gov.uk
Address of the buyer profile: https://www.suffolksourcing.co.uk
Electronic access to information: https://www.suffolksourcing.co.uk
Electronic submission of tenders and requests to participate: https://www.suffolksourcing.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
Service category No 23: Investigation and security services, except armoured car services
Main site or location of works, place of delivery or of performance: Regent Theatre, Corn Exchange and Town Hall including music indoor and outdoor, sporting and festival (maritime/food and drink).
NUTS code UKH14
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, 75241000, 79700000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)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
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
III.2.3)Technical capacity
Please see the pre-qualification 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
Objective criteria for choosing the limited number of candidates: Relevant experience in providing similar services, technical qualification and accreditations, capacity and resources to provide the services. The authority will select economic operators to be invited to tender in accordance with regulations 57, 58 and 65 of the Public Contracts Regulations 2015.
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
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.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The address and time limit for the return of tenders will be stated in the tender documents, which will be sent to those candidates who are selected to participate.
All dates and time periods specified in this notice are provisional and the contracting authority reserves the right to change them.
The authority reserves the right not to award the contract. It reserves the right not to proceed with all or any part of the project detailed in II.1) above and in no circumstances will it be responsible for any costs incurred by economic operators as a result for the publication of this notice or otherwise in connection with their tenders.
Full details of this tender can be found on the Suffolk Sourcing System — www.suffolksourcing.co.ukbefore viewing the tender, please refer to the Suffolk Sourcing System ‘User Guides’ which can be accessed via the Suffolk Sourcing Homepage. Suffolk Sourcing is an E-Tendering system jointly operated by Suffolk County, District and Borough Councils.
VI.4.1)Body responsible for appeal procedures
The High Court
Royal Courts of Justice, The Strand
WC2A 2LL London
United Kingdom
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice:
Related Posts
Tender for Independent Security Consultants
Tender for Security Services at the University of East London
Provide Security Services for Portsmouth International Port
Security Services Contract Hull and Harrogate
Manned Security Guarding Contract – Nursing and Midwifery Council