Security Services Tender West Midlands
Security services comprising static and manned guarding at campus site in Sandwell, West Midlands.
United Kingdom-West Bromwich: Investigation and security services
2014/S 100-175063
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Sandwell College of Further Education
Spon Lane, Sandwell
Contact point(s): Address all correspondence to: Watson Lennard & Payne LTD, Ingledene House, Wynnstay Lane, Marford, Wrexham, LL12 8LF
For the attention of: Phil Watson
B70 6AW West Bromwich
UNITED KINGDOM
Telephone: +44 1978 853123 / (Mobile) 7889506380
E-mail: phil.watson@thefoodserviceconsultancy.co.uk
Further information can be obtained from: Watson Lennard & Payne Ltd
Ingledene House, Wynnstay Lane, Marford
For the attention of: Phil watson
Ll12 8lf Wrexham
UNITED KINGDOM
Telephone: +44 1978853123
E-mail: phil.watson@thefoodserviceconsultancy.co.uk
Fax: +44 7889506380
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
Main site or location of works, place of delivery or of performance: Sandwell College, Sandwell, West Midlands, B70 6AW.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Duration of the framework agreement
Duration in months: 36
Justification for a framework agreement, the duration of which exceeds four years: Contract may be extended for up to 5 years (60 months).
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 150 000 GBP
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
79700000, 79711000
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:
Estimated value excluding VAT: 150 000 GBP
II.2.2)Information about options
Description of these options: Initial 36 month contract which may be extended up to 60 months but will need to accommodate changes within the college structure.
II.2.3)Information about renewals
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 36 (from the award of the contract)
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.1.4)Other particular conditions
Description of particular conditions: Contract must be sufficiently flexible to accommodate future changes to the college structure or to accommodate additions to services if required.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
This will include DBS checking of all employees involved with the service.
Shortlisting to ‘invitation to tender’ will be subject to financial status and knowledge and experience of the area.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Evidence of professional status and depth of service capability will be required at enquiry stage.
III.3.1)Information about a particular profession
Reference to the relevant law, regulation or administrative provision: Experienced and professionally registered operators must be able to demonstrate relevant compliance.
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: Analysis of initial enquiries will lead to a shortlisting of companies suitable for invitation to tender.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Cost. Weighting 50 %
2. Experience. Weighting 25 %
3. Range of services. Weighting 25 %
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
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
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
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 31.7.2014 – 12:00
Place:
College office.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: College secretary, members of senior management team, consultants.
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information
Main place of performance: ‘NUTS code UKG37’.
II.2.1) Total quantity or scope
If known, estimated value excluding VAT: 150 000 P.A.
VI.4.1)Body responsible for appeal procedures
Governing body of the college
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: