Guard Services Tender Brighton
Alarm response, static guarding, mobile patroling, CCTV monitoring & security key holding contract number no. 1064.
UK-Hove: guard services
2012/S 76-125633
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Brighton and Hove City Council
Room 201, Kings House Grand Avenue
For the attention of: James Breen
BN3 2SR Hove
UNITED KINGDOM
Telephone: +44 1273293593
E-mail: james.breen@brighton-hove.gov.uk
Fax: +44 1273291247
Internet address(es):
General address of the contracting authority: www.brighton-hove.gov.uk/procurement
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: Brighton & Hove City Council
Room 201, Kings House Grand Avenue
For the attention of: James Breen
BN3 2SR Hove
UNITED KINGDOM
Telephone: +44 1273293593
E-mail: james.breen@brighton-hove.gov.uk
Fax: +44 1273291247
Internet address: www.brighton-hove.gov.uk/procurement
I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Worthing Borough Council, Adur District Council
bn
Brighton
UNITED KINGDOM
Brighton and Sussex University Hospitals NHS Trust
BN
Brighton
UNITED KINGDOM
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Alarm response, static guarding, mobile patroling, CCTV monitoring & security key holding contract number no. 1064.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 23: Investigation and security services, except armoured car services
Main site or location of works, place of delivery or of performance: Brighton & Hove/ Worthing Borough/Adur District/ Brighton and Sussex University Hospitals NHS Trust.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 1 500 000,00 and 6 500 000,00 GBP
II.1.5)Short description of the contract or purchase(s)
The framework agreement will cover the following security services:
Out of hours: alarm monitoring & response supported by security patrols and emergency key holding. During business hours: static guarding, manned CCTV monitoring, ‘front of desk’ support and manned security presence during events/meetings. During the term of the framework agreement Brighton & Hove City Council may call off any/all of the services for a large proportion of its operational portfolio of buildings including but not limited to: civic and housing offices, most schools, libraries, residential homes, day care centres, childrens centres, car parks. Brighton & Hove City Council may also call off any/all of the services listed above for it’s heritage, cultural and or conference centre buildings. Therefore the service provider should have experience of providing security services within these types of buildings. The framework agreement will be open for use by the following contracting authorities who may also call off any/all of the services listed above for their operational buildings: Worthing Borough Council Adur District Council Brighton and Sussex University Hospitals NHS Trust. Bidders should note that the framework agreement does not guarantee any volume or value of work to a service provider and the values provided are purely indicative, estimated and dependent upon the take up of the framework agreement by all the organisations named in this notice’.
II.1.6)Common procurement vocabulary (CPV)
79713000, 79711000, 79710000, 32240000, 35125300, 79715000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The contract is a single supplier framework agreement.
Estimated value excluding VAT:
Range: between 1 500 000,00 and 6 500 000,00 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Details of any deposits and bonds required by the Contracting Authority will be set out in the tender documents.
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
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: More details will be set out in the PQQ document.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Applicants will be asked to complete a pre-qualification questionnaire. The questionnaire is available to down load from the South East Business Portal at: ttps://www.businessportal.southeastiep.gov.uk/.
Sece/opportunity.nsf/fcontent?
ReadForm&requesttype=view&requestview=authority®ion=REGUATA-79EMB8&authority=ORGDNWA-7BRJGL&sd=&stype=&rv=authority&start=1&count=10&contentid=1.003.
Minimum level(s) of standards possibly required: Levels will be set out in the PQQ.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Applicants will be asked to complete a pre-qualification questionnaire. The questionnaire is available to download from the South East Business Portal at:
https://www.businessportal.southeastiep.gov.uk/.
Sece/opportunity.nsf/fcontent?
ReadForm&requesttype=view&requestview=authority®ion=REGUATA-.
79EMB8&authority=ORGDNWA-
7BRJGL&sd=&stype=&rv=authority&start=1&count=10&contentid=1.003
Minimum level(s) of standards possibly required:
Levels will be set out in the PQQ.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
1064
IV.3.2)Previous publication(s) concerning the same contract
no
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
29.5.2012 – 12:00
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
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
‘This is a non mandatory notice. The Council confirms this requirement is a Part B Service and is therefore outside the full ambit of the Public Contracts Regulations. The Council is voluntarily advertising this Part B Service in the Official Journal in keeping with the spirit of the Public Procurement Regime. This notice is issued so as to increase competition and so that the procurement process is conducted in a fair and open manner. The submission of this notice is not an indication that the Council considers the framework to cover a Part A Service and accordingly the Council shall not be restricted to those Regulations which are exclusively applicable to Part A services.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:17.4.2012