Supply of CCTV Monitoring and Security Services Personnel
There will be two separate contracts for the provision of these services: 1) CCTV Monitoring Staff — this will be a contract between the successful Contractor and Broxtowe Borough Council.
United Kingdom-Nottingham: Security services
2015/S 250-457934
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Broxtowe Borough Council
Town Hall, Foster Avenue, Beeston
For the attention of: Steve Cotterill
NG9 1AB Nottingham
UNITED KINGDOM
Telephone: +44 1159177777
E-mail: steve.cotterill@broxtowe.gov.uk
Internet address(es):
General address of the contracting authority: www.broxtowe.gov.uk
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA5263
Electronic access to information: www.broxtowe.gov.uk/procurement
Further information can be obtained from: Broxtowe Borough Council
Town Hall, Foster Avenue, Beeston
NG9 1AB Nottingham
UNITED KINGDOM
Telephone: +44 1159177777
E-mail: steve.cotterill@broxtowe.gov.uk
Internet address: www.broxtowe.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Broxtowe Borough Council
Town Hall, Foster Avenue, Beeston
For the attention of: Steve Cotterill
NG9 1AB Nottingham
UNITED KINGDOM
Telephone: +44 1159177777
E-mail: steve.cotterill@broxtowe.gov.uk
Internet address: http://www.broxtowe.gov.uk/index.aspx?articleid=10991
Tenders or requests to participate must be sent to: Broxtowe Borough Council
Council Offices, Foster Avenue, Beeston
For the attention of: Steve Cotterill
NG9 1AB Nottingham
UNITED KINGDOM
Telephone: +44 1159177777
E-mail: steve.cotterill@broxtowe.gov.uk
Internet address: www.broxtowe.gov.uk
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: Nottinghamshire.
NUTS code UKF
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)
1) Borough Wide Security Services (Manned guarding, mobile patrols, key-holding and out of hours response) to Broxtowe Borough Council only (and any associated Local Authority Trading Company);
2) CCTV Monitoring to Broxtowe Borough Council, Newark and Sherwood District Council, Ashfield District Council and any future partners of the CCTV Monitoring Partnership.
There will be two separate contracts for the provision of these services:
1) CCTV Monitoring Staff — this will be a contract between the successful Contractor and Broxtowe Borough Council. However it is envisaged that any East Midlands local authority could be a partner of the CCTV Monitoring Partnership and therefore their Borough area could form part of the Service.
The East Midlands local authorities are listed here:
http://www.emcouncils.gov.uk/Who-are-our-member-organisations
2)Security Services Personnel — this shall be a contract between the successful contractor and Broxtowe Borough Council.
The Council is looking for an experienced provider of Staff who is on the Security Industry Authority’s (SIA) Approved Contractor Scheme and will supply SIA accredited Staff.
The Council will award the contracts to one Candidate, who can meet the requirements.
The contract term will be 3 years with an option of an annual extension for a further 3 years.
It is expected that the Transfer of Undertakings (Protection of Employment) 2006 regulations will apply.
While there are 2 separate contracts, the selection, tender, evaluation and contract award will be based on 1 process. There is no separate evaluation for the different contracts. The Council will award the contracts to one Candidate, who can meet the requirements.
II.1.6)Common procurement vocabulary (CPV)
79710000, 79711000, 79713000, 79714000, 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:
Estimated value excluding VAT:
Range: between 600 000 and 6 000 000 GBP
II.2.2)Information about options
Description of these options: Annually for 3 years.
II.2.3)Information about renewals
Number of possible renewals: 3
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: Successful Contractor will be on the Security Industry Authority’s (SIA) Approved Contractor Scheme and will supply SIA accredited Staff.
Also see the qualification criteria are set out in a suitability questionnaire (‘SQ’).
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(2) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
These are set out in the tender documents.
III.2.2)Economic and financial ability
These are set out in the tender documents.
Minimum level(s) of standards possibly required: These are set out in the tender documents.
III.2.3)Technical capacity
These are set out in the tender documents.
Minimum level(s) of standards possibly required:
These are set out in the tender documents.
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: It is anticipated that 6 Candidates will be invited to tender.
See tender documents.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.4)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
Section VI: Complementary information
VI.3)Additional information
2) The contracting authority is subject to the Freedom of Information Act 2000 and the Environmental Information Regulations 2004. All information received will be dealt with in accordance with that Act and information to which the Environmental Information Regulations apply will be dealt with in accordance with those Regulations.
3) The right is reserved not to proceed or not to award a contract for the whole or part of proposed procurement. Neither the contracting authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for this contract.
4) The contract is for three years, with an option of an annual extension for 3 further years.
5) The contract value of between 600 000 GBP and 6 000 000 GBP represents the uncertainty of Council budgets, future costs and actual length of contract (6 years maximum depending on performance).
(MT Ref: 167958).
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: