Security Services Contract Loughborough
This contract is required for the provision of manned security, key holding and alarm activation call-out services.
United Kingdom-Loughborough: Security services
2016/S 046-076275
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Charnwood Borough Council
Southfield Road
For the attention of: Dave Wall
LE11 2TU Loughborough
UNITED KINGDOM
Telephone: +44 1509634686
E-mail: dave.wall@charnwood.gov.uk
Internet address(es):
Address of the buyer profile: http://limfam.charnwood.gov.uk/ContractsSearch/ContractList.aspx
Electronic access to information: https://www.delta-esourcing.com/tenders/UK-UK-Loughborough:-Security-services./84V265QA22
Electronic submission of tenders and requests to participate: https://www.delta-esourcing.com/tenders/UK-UK-Loughborough:-Security-services./84V265QA22
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
NUTS code UKF22
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)
—Southfields Offices — Loughborough
—Daytime security for the Department of Works and Pensions (DWP) and Charnwood Borough Council (CBC) advisors areas in Southfields main reception.
—Evening security for CBC at Southfields main reception.
—Key Holding and alarm activation callouts.
—The Oak Business Centre — Sileby, Key Holding and alarm activation callouts
—The Ark Business Centre — Loughborough, Key Holding and alarm activation callouts.
—Woodgate Chambers — Loughborough, Key Holding and alarm activation callouts.
To provide Charnwood Borough council with Security Services as detailed above, commencing 26.10.2016 to 25.10.2019, a period of three years with the possible extension of 1 further period of 12 months.
TUPE will apply for a minimum of 4 security officers.
II.1.6)Common procurement vocabulary (CPV)
79710000
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:
—Southfields Offices — Loughborough
—Daytime security for the Department of Works and Pensions (DWP) and Charnwood Borough Council (CBC) advisors areas in Southfields main reception.
—Evening security for CBC at Southfields main reception.
—Key Holding and alarm activation callouts.
—The Oak Business Centre — Sileby, Key Holding and alarm activation callouts
—The Ark Business Centre — Loughborough, Key Holding and alarm activation callouts.
—Woodgate Chambers — Loughborough, Key Holding and alarm activation callouts.
To provide Charnwood Borough council with Security Services as detailed above, commencing 26.10.2016 to 25.10.2019, a period of 3 years with the possible extension of 1 further period of 12 months.
TUPE will apply for a minimum of 4 security officers.
Estimated value excluding VAT:
Range: between 400 000 and 480 000 GBP
II.2.2)Information about options
Description of these options: Contract is for 36 months with the option to extend for 1 X 12 months subject to performance.
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:
Financial standing requirements are detailed in the Pre-qualification Questionnaire.
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
Description of particular conditions: The contractor agrees that there shall be no discrimination by it against any person with respect to opportunity for employment or conditions of employment, because of age, disability,gender reassignment, marital or civil partner status, pregnancy or maternity, race, colour, nationality, ethnic or national origin, religion or belief, sex or sexual orientation. The contractor shall in all matters arising in the performance of the contract comply with the provisions of the Equality Act 2010 and the Human Rights Act 1998 and all other discrimination legislation.
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
See Pre-Qualification Questionnaire.
III.2.3)Technical capacity
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work
(d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities
(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 3 years.
(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.
Economic operators will be required to provide confirmation of licensed status under the Private Security Act 2001 for further criteria please refer to Pre-Qualification Questionnaire.
Minimum level(s) of standards possibly required:
See 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: See Pre-Qualification Questionnaire between 5 and 8 of the highest scoring economic operators will be invited to submit tenders.
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
Payable documents: no
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
Estimated timing for further notices to be published: February 2020.
VI.2)Information about European Union funds
VI.3)Additional information
This tender will be conducted electronically through use of the BIP Vault system.
The Pre Qualification Questionnaire and Invitation to Tender documents should be completed and uploaded by using Vault 84V265QA22 through BiPs Delta-ets portal by the deadline set out in IV.3.4) above.
The information and documents for this Invitation to Tender will be accessible at the following websitehttps://www.deltaesourcing.com/respond/84V265QA22
The information and/or documents for this opportunity are available on https://www.delta-esourcing.com your response must be completed and uploaded electronically via the Delta eSourcing Response Manager by the deadline set out in IV.3.4) above.
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 the Response Manager and add the following Access Code — 84V265QA22 You will then be able to access the documentation. Completed questionnaires must be uploaded and submitted to Delta e-Sourcing by 12:00 on 8.4.2016.
Please check that you are able to access the online pre qualification questionnaire/Invitation to Tender Documents. If you experience problems with the Delta portal then please contact the Delta helpdesk — helpdesk@delta-esourcing.com or call +44 8452707050 for further assistance.
Please ensure that you allow yourself plenty of time when responding to the pre qualification questionnaire/Invitation to Tender prior to the closing date and time.
The completed pre qualification questionnaire/Invitation to Tender and all supporting documentation must be returned by the deadline set out in IV.3.4) above. The contracting authority reserves the right not to award a contract as a result of the procurement process initiated by this notice and in such event will not be liable for any costs incurred by any party. Bids will be evaluated so as to provide the most economically advantageous outcome the award criteria listed in the pre-qualification questionnaire and invitation to tender
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Loughborough:-Security-services./84V265QA22
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/84V265QA22
GO Reference: GO-201632-PRO-7842157.
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: