Security Services Wakefield
The provision of security services for Wakefield College. These will include supply of security staff, out of hours monitoring of property alarms, out of hours mobile patrol, out of hours contact for business continuity plan for the College.
UK-Wakefield: security services
2012/S 198-325910
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Wakefield College
UK
Margaret Street
Contact point(s): Wakefield College Estates
For the attention of: Helen Johnson
WF1 2DH Wakefield
UNITED KINGDOM
Telephone: +44 1924789720
E-mail: h.johnson@wakefield.ac.uk
Fax: +44 1924789821
Internet address(es):
General address of the contracting authority: http://www.wakefield.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
Other
I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Wakefield College.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 23: Investigation and security services, except armoured car services
Main site or location of works, place of delivery or of performance: Wakefield City Campus.
Wakefield Thornes Park Campus.
Castleford Campus.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The provision of security services for Wakefield College. These will include supply of security staff, out of hours monitoring of property alarms, out of hours mobile patrol, out of hours contact for business continuity plan for the College.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The College operates currently from three campuses and a number of out reach facilities. Each property has a definitive need for security support. During the life of the contact the College will be reviewing its proporty strategy that will impact on the security provision causing the contract to expand and or reduce on an annual basis. The services requirements within the contract may also extend from the cuurrent specification.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 1.5.2013. Completion 30.4.2018
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
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:
The College requires detailed invoices that have a clear and definitive statement of all funds claimed during the previous month (in arrears). Payment will be made via BACS payment.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
College terms and conditions only will apply.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Conditions of appointment will be included within the invitation to tender document to be issued to shortlisted suppliers.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As set out within prequlaification questionaire.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As set out within prequlaification questionaire.
Minimum level(s) of standards possibly required: As set out within prequlaification questionaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As set out within prequlaification questionaire.
Minimum level(s) of standards possibly required:
As set out within prequlaification questionaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
SEC/001/2013
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 3.12.2012 – 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
3.12.2012 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
17.12.2012
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Additional information will be set out within the pre qualification questionaire.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The College will provide feed back to suppliers that are not invited to submit a tender and will include a mandatory fifteen day standstill period following the presentation stage and prior to award of contract to allow any aggrieved party to present an appeal as outlined under VI.4.1 above. Appeals are to be submitted in writing as outlined within VI.4.1.above clearly stating the resons for the appeal.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:9.10.2012