Peabody Trust is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Aldwyck Housing Group - Security Services |
Notice type: | Contract Notice |
Authority: | Peabody Trust |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Aldwyck Housing Group requires uniformed security services for its Head Office at 6 Houghton Hall Business Park, Houghton Regis, Dunstable, Beds LU5 5UZ. |
Published: | 18/06/2018 14:38 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Aldwyck Housing Group
Houghton Regis, Dunstable, LU5 5UZ, United Kingdom
Tel. +44 1582869220, Email: procurement@aldwyck.co.uk
Main Address: https://aldwyck.delta-esourcing.com
NUTS Code: UKH21
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-Dunstable:-Guard-services./96QN7D7KZ5
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://aldwyck.delta-esourcing.com 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
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Aldwyck Housing Group - Security Services
Reference Number: ALDSEC2018
II.1.2) Main CPV Code:
79713000 - Guard services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Aldwyck Housing Group requires uniformed security services for its Head Office at 6 Houghton Hall Business Park, Houghton Regis, Dunstable, Beds LU5 5UZ.
II.1.5) Estimated total value:
Value excluding VAT: 300,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKH21 Luton
II.2.4) Description of procurement: Aldwyck Housing Group requires uniformed security services for its Head Office at 6 Houghton Hall Business Park, Houghton Regis, Dunstable, Beds LU5 5UZ. Daily provision of a static Security Officer, including weekends and Bank Holidays.
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: 300,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: Aldwyck Housing Group Limited will consider entering into a Long Term Agreement with the bidder for three years, with an option to extend for a further two years (1 + 1), subject to satisfactory service, performance and cost.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: This will be a two stage process, including a SQ (Selection Questionnaire) stage. Bidders failing to meet certain required minimum standards at selection (SQ) stage will be rejected. Bidders meeting the required standards at SQ stage will be ranked according to the highest score achieved and may be rejected in reverse order in order to achieve our maximum number of operators for the ITT stage. Selection Criteria for the SQ stage will be stated in the SQ documentation.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: Aldwyck Housing Group Limited will consider entering into Long Term Agreements with the bidder for three years, with an option to extend the award period subject to service, performance and cost.
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:
Potential suppliers will be required to provide an overview of services provided to property owners, public sector organisations, social landlords or other relevant organisations over the past five years, plus details of three clients currently receiving similar services.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
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 RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - 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: 20/07/2018 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 30/07/2018
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:
Until: 30/11/2018
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Between three and five years from the date of this notice
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: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
Bidders should note that for reasons of Confidentiality, full Tender information will be made available only to those Bidders that are selected to proceed to the ITT Stage. Sufficient detail is provided within the SQ and via the Authority's e-procurement Portal to enable the Bidder to decide whether to participate in this process.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://aldwyck.delta-esourcing.com/tenders/UK-UK-Dunstable:-Guard-services./96QN7D7KZ5
To respond to this opportunity, please click here:
https://aldwyck.delta-esourcing.com/respond/96QN7D7KZ5
VI.4) Procedures for review
VI.4.1) Review body:
The High Court of England and Wales
London, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authority will enter into this contract following a 10 calendar day standstill period starting on theday after the notification of the result. The Public Contracts Regulations 2015 provide for aggrieved Parties whohave been harmed or who are at risk of harm by a breach of the Regulations to bring proceedings in the High Court. Any such proceedings must be brought within the limitation period specified by the Regulations according to the remedy sought.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
The Cabinet Office
London, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 18/06/2018
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Aldwyck Housing Group
Houghton Regis, Dunstable, LU5 5UZ, United Kingdom
Tel. +44 1582869220, Email: procurement@aldwyck.co.uk
Main Address: https://aldwyck.delta-esourcing.com
NUTS Code: UKH21
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:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Aldwyck Housing Group - Security Services
Reference number: ALDSEC2018
II.1.2) Main CPV code:
79713000 - Guard services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Aldwyck Housing Group requires uniformed security services for its Head Office at 6 Houghton Hall Business Park, Houghton Regis, Dunstable, Beds LU5 5UZ.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 255,295.58
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKH21 - Luton
Main site or place of performance:
Luton
II.2.4) Description of the procurement: Aldwyck Housing Group requires uniformed security services for its Head Office at 6 Houghton Hall Business Park, Houghton Regis, Dunstable, Beds LU5 5UZ. Daily provision of a static Security Officer, including weekends and Bank Holidays.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: Yes
Description of these options:Aldwyck Housing Group Limited will consider entering into Long Term Agreements with the bidder for three years, with an option to extend the award period subject to service, performance and cost.
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: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: 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
Not Provided
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: ALDSEC2018
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: 01/10/2018
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 2 (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: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
GMS Security Services Limited, 05527150
One Central Boulevard, Blythe Valley Business Park, Solihull, West Midlands, B90 8BG, United Kingdom
Tel. +44 1527889180, Email: l.nicholson@gms-group.co.uk
NUTS Code: UKH21
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: 300,000
Total value of the contract/lot: 255,295.58
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
Bidders should note that for reasons of Confidentiality, full Tender information will be made available only to those Bidders that are selected to proceed to the ITT Stage. Sufficient detail is provided within the SQ and via the Authority's e-procurement Portal to enable the Bidder to decide whether to participate in this process.
To view this notice, please click here:
https://aldwyck.delta-esourcing.com/delta/viewNotice.html?noticeId=365630290
VI.4) Procedures for review
VI.4.1) Review body
The High Court of England and Wales
London, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Contracting Authority will enter into this contract following a 10 calendar day standstill period starting on theday after the notification of the result. The Public Contracts Regulations 2015 provide for aggrieved Parties whohave been harmed or who are at risk of harm by a breach of the Regulations to bring proceedings in the High Court. Any such proceedings must be brought within the limitation period specified by the Regulations according to the remedy sought.
VI.4.4) Service from which information about the review procedure may be obtained
The Cabinet Office
London, United Kingdom
VI.5) Date of dispatch of this notice: 17/12/2018