3C Consultancy Services Ltd: Bath Spa University

  3C Consultancy Services Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Bath Spa University
Notice type: Contract Notice
Authority: 3C Consultancy Services Ltd
Nature of contract: Services
Procedure: Open
Short Description: The Contracting Authority is looking for a suitably qualified Manned Security, A CCTV monitored provision, management of students welfare to ensure student safety whilst on campus. The service relates to the estate campuses in the Bath Spa University estates and further details too the service requirements are identified in the ITT documentation.
Published: 08/05/2017 14:04
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Bath: Security services.
Section I: Contracting Authority
      I.1) Name and addresses
             Bath Spa University
             Newton Park, Bath, BA2 9BN, United Kingdom
             Tel. +44 7900784030, Email: info@na-consultancy.co.uk
             Contact: Nigel Armstrong
             Main Address: https://www.bathspa.ac.uk, Address of the buyer profile: https://www.bathspa.ac.uk
             NUTS Code: UKK1
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Bath:-Security-services./7KR4EX666Z
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/7KR4EX666Z to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Education

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Bath Spa University       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      79710000 - Security services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Contracting Authority is looking for a suitably qualified Manned Security, A CCTV monitored provision, management of students welfare to ensure student safety whilst on campus. The service relates to the estate campuses in the Bath Spa University estates and further details too the service requirements are identified in the ITT documentation.       
      II.1.5) Estimated total value:
      Value excluding VAT: 2,800,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      79710000 - Security services.
      
      II.2.3) Place of performance:
      UKK1 Gloucestershire, Wiltshire and Bristol/Bath area
      
      II.2.4) Description of procurement: The Contracting Authority is looking for a suitably qualified Manned Security, A CCTV monitored provision, management of students welfare to ensure student safety whilst on campus. The service relates to the estate campuses in the Bath Spa University estates and further details too the service requirements are identified in the ITT documentation.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 2,800,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/09/2017 / End: 31/08/2020       
      This contract is subject to renewal: Yes       
      Description of renewals: The initial contract is for 3 years to meet with an august31st financial accounting periods with scope for extensions for a further period of any duration, but in any case, the total duration of any extensions shall not exceed 24 months from the last day of the financial accounting period.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound -up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) 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.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services,described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
A General Information Document will need to be completed and returned as part of the request to participate process. Candidates will need to provide as part of the request to participate process details of enrolment on professional or trade registers and details on whether bankruptcy, convictions of professional misconduct, none payment relating to social security contributions or taxes applies to the economic operator. Economic operators may be excluded from participation if any of these circumstances applies. Any candidate found to be guilty of
serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      In the first instance, candidates should register with www.delta-sourcing.com and express an interest in the contract. A General Information Document will need to be completed and returned (to www.delta-esourcing.com/respond/ as part of the Invitation to Tender in the process.
Candidates will need to provide as part of the Invitation to Tender process details of turnover, profit and capital and reserves for indicated years years. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.    
      Minimum level(s) of standards possibly required (if applicable) :       
      A required minimum level of Capacity to Absorb the Contract for companies wishing to participate in this process is identified in the General Information Document under point 5.3. Terms and Conditions of tender are considered as a Pass/Fail requirement.    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      In the first instance, candidates should register with www.delta-esourcing.com/respond/ and express an interest in the contract. A General Information Document will need to be completed and returned as required and by the indicated date in the Invitation to Tender. Candidates will need to provide as part of the Invitation to Tender process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.    
      Minimum level(s) of standards possibly required (if applicable) :          
      Solvency and Sustainability will be evaluated on a scored basis. Please see the explanation detailed in the General Information Document for further information. Levels of insurance cover will be evaluated. Suppliers must hold or be willing to obtain the following levels of insurance cover to the minimum level of: Public Liability Insurance 5 000 000 GBP and Employers Liability Insurance 5 000 000 GBP with the University requirements to hold or attain levels to 10 000 000 GBP.
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes    

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 09/06/2017 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 09/06/2017
         Time: 12:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: Yes — 30 Months from contract start date, depending on whether extension periods are taken up.
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Bath:-Security-services./7KR4EX666Z

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7KR4EX666Z
   VI.4) Procedures for review
   VI.4.1) Review body:
             Bsth Spa University.
       Newton Campus, Bath, BA2 9BN, United Kingdom
       Tel. +44 7900784030, Email: info@na-consultancy.co.uk
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The authority will incorporate a minimum 10 calendar day standstill period (or 15 days if non-electronic methods
used) at the point that information on the award of the contract is communicated to tenderers. If an appeal
regarding the award of contract has not been successfully resolved then the Public Contracts Regulations 2015
provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action
in the High Court. Any such action must be brought promptly (generally within 3 months).    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 08/05/2017

Annex A


View any Notice Addenda

View Award Notice

UK-Bath: Security services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Bath Spa University
       Newton Park, Bath, BA2 9BN, United Kingdom
       Tel. +44 7900784030, Email: info@na-consultancy.co.uk
       Contact: Nigel Armstrong
       Main Address: https://www.bathspa.ac.uk, Address of the buyer profile: https://www.bathspa.ac.uk
       NUTS Code: UKK1

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Education

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Bath Spa University            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         79710000 - Security services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The Contracting Authority is looking for a suitably qualified Manned Security, A CCTV monitored provision, management of students welfare to ensure student safety whilst on campus. The service relates to the estate campuses in the Bath Spa University estates and further details too the service requirements are identified in the ITT documentation.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Lowest offer: 2,413,795 / Highest offer:3,011,368         
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            79710000 - Security services.


      II.2.3) Place of performance
      Nuts code:
      UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
   
      Main site or place of performance:
      Gloucestershire, Wiltshire and Bristol/Bath area
             

      II.2.4) Description of the procurement: The Contracting Authority is looking for a suitably qualified Manned Security, A CCTV monitored provision, management of students welfare to ensure student safety whilst on campus. The service relates to the estate campuses in the Bath Spa University estates and further details too the service requirements are identified in the ITT documentation.

      II.2.5) Award criteria:
      Quality criterion - Name: Staffing / Weighting: 35
      Quality criterion - Name: Customer Care / Weighting: 10
      Quality criterion - Name: Service Delivery / Weighting: 10
                  
      Cost criterion - Name: Contract Value / Weighting: 35
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2017/S 90-177094
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 21/07/2017

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             SSGC Ltd
             Unit 19, Ergo Business Park, Kelvin Road, Greenbridge, Swindon, SN3 3JW, United Kingdom
             Tel. +44 8452266488, Email: sales@ssg-net.com
             Internet address: http://www.ssg-net.com
             NUTS Code: UKK14
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Lowest offer: 2,413,795 / Highest offer: 3,011,368
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=268451074

   VI.4) Procedures for review

      VI.4.1) Review body
          Bath Spa University.
          Newton Campus, Bath, BA2 9BN, United Kingdom
          Tel. +44 7900784030, Email: info@na-consultancy.co.uk
          Internet address: https://www.bathspa.ac.uk

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The authority will incorporate a minimum 10 calendar day standstill period (or 15 days if non-electronic methods
used) at the point that information on the award of the contract is communicated to tenderers. If an appeal
regarding the award of contract has not been successfully resolved then the Public Contracts Regulations 2015
provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action
in the High Court. Any such action must be brought promptly (generally within 3 months).

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 24/07/2017