London Borough of Camden Security Services Contract
The London Borough of Camden are inviting tenders for the provision of Security Services. It is anticipated that a single provider will be appointed to delivery these services.
United Kingdom-London: Security services
2017/S 146-301853
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
n/a
5 Pancras Square
London
N1C 4AG
United Kingdom
Contact person: Stephen Black
Telephone: +44 2079743818
E-mail: Stephen.Black@camden.gov.uk
NUTS code: UKI11
Address of the buyer profile: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=20886&B=LBCAMDEN
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Contract for the Provision of Security Services to the London Borough of Camden.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Contract for the provision of security services to the London Borough of Camden.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
London Borough of Camden.
II.2.4)Description of the procurement:
The London Borough of Camden are inviting tenders for the provision of Security Services. It is anticipated that a single provider will be appointed to delivery these services. This procurement will be carried out using the Open Tender procedure. Minimum conditions for selection criteria and tender documentation will be published in the council’s e-tendering system EU Supply. This is a high profile project for the contracting authority. All minimum selection criteria (defined in contract notice/advert) must be met by the provider. The contracting authority may subsequently seek further information or assurances from the provider with regard to the contract, such as requesting a parent company guarantee (PCG) or other relevant financial bond evidence of ability to deliver the contract. Further clarifications or requirements may be considered in the tender stage to ensure that any prevailing issues identified can be monitored between parties.
Submissions that do not meet all of the minimum financial threshold criteria will not be considered for the selection criteria stage.
Submissions that do not meet the minimum selection threshold will not be considered for tender evaluation (award).
All communication regarding the tender process must be via the procurement department and must be directed through the messages tab in the system in order to have full record of all communication. We will answer all questions or clarifications as soon as possible and where appropriate all questions and answers will be shared with all bidders.
The final date and time for clarification will be midday on the 11.8.2017 and we will respond to any request for clarification at least 6 days before the deadline for receipt of Tenders. If you should have any technical problems with the electronic system please communicate with the EU Supply customer support desk by email at or by telephone 0800 840 2050 quoting the system record number.
The Council is bound by the Freedom of Information Act 2000. You are advised that, although the Council will use all reasonable endeavours to keep commercially sensitive and other information supplied by organisations (including their Expression of Interest and any subsequent bid) confidential, this is subject to the Council’s statutory obligations under the Act. When supplying information organisations are requested to indicate which information they consider is confidential and should not be disclosed (if a request for disclosure is received) and why.
Full details can be found in the tender documentation.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
To be successfully police vetted and trained for Community Safety Accreditation Scheme by the MPS and to be in possession of a valid SIA Licence for the relevant sector or have an application for such in the SIA clearing system under the Approved Contractor’s Scheme. The successful provider will also be required to meet the standards set out in ITT section 3.5.1 — please refer to the tender pack for full details.
III.1.2)Economic and financial standing
The Council has set the following minimum level of financial standing of a turnover of 7 000 000 GBP or more in each of the last 2 financial years and a current/liquidity and acid test ratio of 0.8 or greater in each of the last 2 financial years. Bidders are also required to submit responses to selection questions set out in the tender documentation. Full details are set out in the ITT. Minimum level(s) of standards required:
The Council has set the following minimum level of financial standing of a turnover of 7 000 000 GBP or more in each of the last 2 financial years and a current/liquidity and acid test ratio of 0.8 or greater in each of the last financial year. Bidders are also required to submit responses to award criteria questions set out in the tender documentation. There is a minimum 60 % threshold for each award criteria questions.
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.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.4.1)Review body
70 Whitehall
London
SW1A 2AS
United Kingdom
VI.4.2)Body responsible for mediation procedures
70 Fleet Street
London
EC4Y 1EU
United Kingdom
VI.4.4)Service from which information about the review procedure may be obtained
70 Whitehall
London
SW1A 2AS
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Security Guarding Services Contract for Supreme Court, London
Security Service Contract Liverpool
CCTV Replacement Contract Exeter
Crescent Purchasing Consortium Building Security Services Framework
Provide Security Service for City of London Corporation