Security Services to University of Cambridge Sainsbury Laboratory
Suppliers are invited to tender for the provision 24/7 security services for three years in the first instance for a large research Institute of the University of Cambridge.
United Kingdom-Cambridge: Security services
2014/S 188-332322
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Chancellor, Masters and Scholars of the University of Cambridge
Procurement Services, 1st Floor South, Greenwich House, Madingley Rise
Contact point(s): Procurement Services
For the attention of: Heather Ajimi
CB3 0TX Cambridge
UNITED KINGDOM
E-mail: purchasing.intend@admin.cam.ac.uk
Internet address(es):
General address of the contracting authority: https://in-tendhost.co.uk/universityofcambridge
Electronic access to information: https://in-tendhost.co.uk/universityofcambridge
Electronic submission of tenders and requests to participate: https://in-tendhost.co.uk/universityofcambridge
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 UKH1
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, 79713000, 79715000
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:
II.2.2)Information about options
Description of these options: A 3 year contract with an option to extend for further periods of up to a further total of 2 years.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 24 (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.1.3)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
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
In order to qualify for consideration, tenderers shall be able to provide evidence of the following conditions
1. Only firms holding, at the time of tender, Public Liability insurance with a per claim minimum of GBP 5 000 000 will be considered for this work.
2. Only firms holding, at the time of tender, Employer Liability Insurance with a per claim minimum of GBP 5 000 000 will be considered for this work.
4. Other criteria and means of Proof as identified in the ITT documents.
Tenders from firms, not meeting these minimum requirements will not be considered.
Minimum level(s) of standards possibly required: As above and as set out in the Tender documents.
III.2.3)Technical capacity
As set out in the Tender Documents.
Minimum level(s) of standards possibly required:
As set out in the 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.1.3)Reduction of the number of operators during the negotiation or dialogue
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: yes
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
VI.2)Information about European Union funds
VI.3)Additional information
Information about the tender process to be followed does not amount to a legally binding offer by the University to follow the process so described. The University reserves the right not to follow or to modify the procedures as the University considers necessary. The tender process is being conducted electronically via In-tend.
Suppliers are required to register on this web site: https://in-tendhost.co.uk/universityofcambridge in order to receive documentation. After registering the tender documentation can then be downloaded.
All tender responses and any supporting documentation must be submitted through this system. There must be no postal correspondence from bidders unless agreed by the University. Tenders shall not be sent and will not be accepted by fax or e-mail.
VI.5)Date of dispatch of this notice: