Security Services Tender for University of Cumbria
Provision of security and associated services for the University of Cumbria in sites in Carlisle, Lancaster and Ambleside.
United Kingdom-Carlisle: Security services
2015/S 108-196308
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
University of Cumbria
Fusehill Street
For the attention of: Claire Gray
CA1 2HH Carlisle
UNITED KINGDOM
Telephone: +44 1228616212
E-mail: universityofcumbria@in-tendhost.co.uk
Internet address(es):
General address of the contracting authority: www.cumbria.ac.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
NUTS code UKD1
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
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
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
Description of particular conditions: All staff must be CRB checked.
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
Refer to tender documents.
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.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Cost. Weighting 40
2. Specification requirements. Weighting 20
3. Experience and expertise. Weighting 15
4. Added value. Weighting 10
5. Company background. Weighting 5
6. Corporate and social responsibility. Weighting 5
7. Quality. Weighting 5
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
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 1.10.2018.
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice: