Surrey County Council Framework for Security Services
The precise value of the framework is unknown but is estimated to be £3 million.
United Kingdom-Kingston upon Thames: Business services: law, marketing, consulting, recruitment, printing and security
2016/S 039-063890
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Surrey County Council
County Hall, Penrhyn Road
Contact point(s): NUTS Code — UKJ2
For the attention of: Andrew Clarke
KT1 2DN Kingston upon Thames
UNITED KINGDOM
Telephone: +44 2085419000
Internet address(es):
General address of the contracting authority: https://in-tendhost.co.uk/sesharedservices/aspx/Home
Address of the buyer profile: http://www.surreycc.gov.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
Public order and safety
Environment
Economic and financial affairs
Health
Housing and community amenities
Social protection
Recreation, culture and religion
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
For details of the Contracting Authorities and for Information on how to express an interest, please see Section VI.3) Additional Information of the contract notice
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: The County of Surrey.
NUTS code UKJ2
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 3
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 800 000 and 5 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
SCC has a large property portfolios which includes:
— Office Buildings;
— Libraries;
— Fire Stations;
— Youth Centres;
— Social Services Buildings;
— Adult Learning Centres;
— Vacant Land and Buildings;
— Canal Moorings;
— Residential Accommodation;
— Gypsy Sites;
— Car Parks;
— Surrey Choices Properties;
— Data Centres.
This Framework Agreement excludes the provision and maintenance of fixed intruder alarms and access control systems.
Surrey Schools will be able to access this Agreement and the Council shall inform schools of the Agreement’s existence. If maintained schools wish to purchase, they shall call-off in their own name, be required to complete a signed access agreement beforehand and shall be responsible for all costs and invoiced directly.
The specification which is released along with all pre-qualification and tender documents should be referred to for the detailed requirement.
The Framework term will be 4 years from the commencement date of the Agreement. SCC intends to make a call-off under the resulting framework agreement for a period of 2 years, with the option to extend by a further 2 years in 12 monthly intervals.
The precise value of the framework is unknown but is estimated to be 5 000 000 GBP. The anticipated value of the call off contract for SCC is anticipated to be approximately 200 000 GBP per annum.
II.1.6)Common procurement vocabulary (CPV)
79000000, 79716000, 79710000, 79715000, 79711000, 79992000, 79713000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Lot 1 — Surrey County Council, Surrey Borough and District Councils, Surrey Schools, Surrey Police;
Lot 2 — East Sussex County Council, East Sussex Borough and District Councils, Brighton and Hove Council, Sussex Police;
Lot 3 — West Sussex County Council.
Tenders may be submitted for 1 lot, 2 lots or all lots. The maximum number of lots that may be awarded to a bidder is 3. Although all the authorities named above will have the option to access the framework agreement should they wish to do so, the Council and the users do not commit to or guarantee any volume of business awarded to the successful supplier for each lot during the framework duration.
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Lot 1 — Surrey County Council, Surrey Borough and District Councils, Surrey Schools, Surrey Police
1)Short description
Surrey County Council;
Surrey Borough and District Councils;
Surrey Schools;
Surrey Police.
2)Common procurement vocabulary (CPV)
79000000, 79716000, 79710000, 79715000, 79711000, 79992000, 79713000
3)Quantity or scope
Lot No: 2 Lot title: Lot 2 — East Sussex County Council, East Sussex Borough and District Councils, Brighton and Hove Council, Sussex Police
1)Short description
East Sussex County Council;
East Sussex Borough and District Councils;
Brighton and Hove Council;
Sussex Police.
2)Common procurement vocabulary (CPV)
79000000, 79716000, 79710000, 79715000, 79992000, 79713000
3)Quantity or scope
Lot No: 3 Lot title: Lot 3 — West Sussex County Council
1)Short description
2)Common procurement vocabulary (CPV)
79000000, 79716000, 79710000, 79715000, 79711000, 79992000, 79713000
3)Quantity or scope
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: The supplier may also be required to actively participate in the achievement of social and/or environmental objectives including those relating to recruitment, training and supply chain initiatives. Accordingly contract performance conditions may relate in particular to such social and/or environmental considerations. Further details of these conditions will be set out in the contract documents where relevant.
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
Minimum level(s) of standards possibly required: Any such requirements will be included in the invitation to tender.
III.2.3)Technical capacity
Any such requirements will be included in the invitation to tender.
Minimum level(s) of standards possibly required:
Any such requirements will be included in the invitation to tender.
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.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: Financial, technical and economic criteria based on the information provided in response to the PQQ and as referred to above.
The Contracting Authority will invite a minimum of 5 organisations with the highest weighted scores to tender. However, the Contracting Authority reserve the right to increase the number of organisations invited to tender if the scores are closely placed around the cut-off point.
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: 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
Section VI: Complementary information
VI.2)Information about European Union funds
VI.3)Additional information
1. Surrey County Council (all departments including Surrey Fire and Rescue Service), Surrey Schools, Surrey Choices Ltd and the District and Borough Councils named below:
— Elmbridge Borough Council,
— Epsom and Ewell Borough Council,
— Guildford Borough Council,
— Mole Valley District Council,
— Reigate and Banstead Borough Council,
— Runnymede Borough Council,
— Spelthorne Borough Council,
— Surrey Heath Borough Council,
— Tandridge District Council,
— Waverley Borough Council,
— Woking Borough Council.
2. Police Authorities that may decide to call off from the framework agreement are Surrey Police Authority, Sussex Police Authority.
3. East Sussex County Council and the District and Borough Councils named below:
— Eastbourne Borough Council
— Hastings Borough Council
— Lewes District Council
— Rother District Council
— Wealden District Council
4. Brighton and Hove Council.
5. West Sussex County Council.
This tender is to be completed electronically using the SE Shared Services Procurement eSourcing portal.
http://www.sesharedservices.org.uk/esourcing
The SE Shared Services eSourcing portal provides a web-based tool that provides a simple, secure and efficient means for managing tendering and quotation activities reducing the time and effort required for both buyers and Potential Bidders. The portal clarifications and submit your bid electronically.
In order to bid for this opportunity you will need to register your company on the SE Shared Services portal.
VI.5)Date of dispatch of this notice: