Manned Guarding Services Suffolk
Manned guarding services including door supervision, security guarding, CCTV monitoring, and alarm responding.
United Kingdom-Ipswich: Investigation and security services
2014/S 065-111146
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
University Campus Suffolk
Waterfront Building, Neptune Quay
Contact point(s): Finance Department – Procurement
For the attention of: Head of Procurement
IP4 1QJ Ipswich
UNITED KINGDOM
Telephone: +44 1473338350
E-mail: procurement@ucs.ac.uk
Internet address(es):
General address of the contracting authority: http://www.ucs.ac.uk
Address of the buyer profile: http//www.ucs.ac.uk
Electronic access to information: http://www.delta-ets.com – Please use tender access code:5RA2TS644R
Electronic submission of tenders and requests to participate: http://www.delta-ets.com – Please use tender access code:5RA2TS644R
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)
Section II: Object of the contract
Service category No 23: Investigation and security services, except armoured car services
NUTS code UKH14
79700000
Estimated value excluding VAT:
Range: between 170 000 and 180 000 GBP
Description of these options: 24 month contract with options to extend the contract in one year increments up to a maximum contract term of 5 years.
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
Number of possible renewals: Range: between 1 and 3
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
Section III: Legal, economic, financial and technical information
A full list of the Regulation 23 (1) and 23 (2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45 (1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45 (2) may be excluded from being selected to bid at the discretion of the Authority.
Written declarations that none of the statements in the standard declaration apply to the economic operator, its employees, contractors or agents and as described in the contract documents must accompany the completed tender submission
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established.
(c) A statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
All above proof must accompany tender package.
Minimum level(s) of standards possibly required: Copies of insurance policies or equivalent.
b) and c) copies of the latest audited report or where not required by statute in the country of origin copy of most recent audited balance sheet and profit and loss account.
It is unlikely a business will be invited to interview if their annual turnover is less than three times the estimated value of the contract for any of the three preceding years or the DUNS rating indicates the business is not financially sound.
(e) Where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate.
(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work.
(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract.
(h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years.
(i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(k) With regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
Written declaration that the economic operator complies with the requirements above and as described in the contract documents.
Minimum level(s) of standards possibly required:
Supporting documents or copies must be included with completed tender submission.
Inadequate experience, high staff turnover in comparison with normal industry rates will be considered unacceptable.
Section IV: Procedure
Payable documents: no
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
The information and/or documents for this opportunity are available on https://www.delta-esourcing.com/delta. You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code shown below at the end of the web address. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is as declared above . Please ensure that you allow yourself plenty of time when responding to this invitation prior to the closing date and time, especially if you have been asked to upload documents.
If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Ipswich:-Investigation-and-security-services./5RA2TS644R
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/5RA2TS644R
GO Reference: GO-2014328-PRO-5565893
University Campus Suffolk
Waterfront Building, Neptune Quay
IP4 1QJ Ipswich
UNITED KINGDOM
E-mail: procurement@ucs.ac.uk
Telephone: +44 1473338350
Internet address: http://www.ucs.ac.uk