English Heritage: Security Consultancy and Services - Stonehenge

  English Heritage has published this notice through Delta eSourcing

Notice Summary
Title: Security Consultancy and Services - Stonehenge
Notice type: Contract Notice
Authority: English Heritage
Nature of contract: Services
Procedure: Restricted
Short Description: To provide English Heritage with security consultancy in respect of property, exhibits, ancient monuments and visitor operations at Stonehenge, monitoring and evaluating the effectiveness of the site’s manned security contract. To act as English Heritage’s main security consultant in respect of planning and managing the annual Solstice and Equinox ceremonies at Stonehenge, developing and implementing a security plan, working alongside other stakeholders and agencies in the delivery of safe and secure events.
Published: 22/02/2013 12:30

View Full Notice

UK-Salisbury: Security services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      English Heritage
      Wyndham House, 65 The Close, Salisbury, SP1 2EN, United Kingdom
      Tel. +44 1722343835, Email: sally.gardner@english-heritage.org.uk, URL: www.english-heritage.org.uk
      Attn: Sally Gardner

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Recreation, culture and religion

   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: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Security Consultancy and Services - Stonehenge
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 23

         Region Codes: UKK15 - Wiltshire CC         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Security services. Business services: law, marketing, consulting, recruitment, printing and security. To provide English Heritage with security consultancy in respect of property, exhibits, ancient monuments and visitor operations at Stonehenge, monitoring and evaluating the effectiveness of the site’s manned security contract.
To act as English Heritage’s main security consultant in respect of planning and managing the annual Solstice and Equinox ceremonies at Stonehenge, developing and implementing a security plan, working alongside other stakeholders and agencies in the delivery of safe and secure events.
         
      II.1.6)Common Procurement Vocabulary:
         79710000 - Security services.
         
         79000000 - Business services: law, marketing, consulting, recruitment, printing and security.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      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:
      Not Provided                  
         Estimated value excluding VAT:
         Range between: 130,000 and 180,000
         Currency: GBP
               
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 48 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      A performance bond may be required or a parent company guarantee in the case of a subsidary company
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: Not Provided      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         Not Provided
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         Not Provided      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Not Provided      
      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: Not Provided
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 minimum number: 5   
   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: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: Not Provided
      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
         Date: 27/03/2013
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)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: 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, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/respondToList.html?noticeId=52773839
GO-2013222-PRO-4607313 TKR-2013222-PRO-4607312
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 22/02/2013

ANNEX A

View any Notice Addenda

View Award Notice

UK-Salisbury: Security services.

Section I: Contracting Authority
   Title: UK-Salisbury: Security services.
   I.1)Name, Addresses and Contact Point(s):
      English Heritage
      Wyndham House, 65 The Close, Salisbury, SP1 2EN, United Kingdom
      Tel. +44 1722343835, Email: sally.gardner@english-heritage.org.uk, URL: www.english-heritage.org.uk
      Attn: Sally Gardner

   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Not Provided

   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: Security Consultancy and Services - Stonehenge      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 23
         Do you agree to the publication of this notice?: Yes          
         Region Codes: UKK15 - Wiltshire CC         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Security services. Business services: law, marketing, consulting, recruitment, printing and security. To provide English Heritage with security consultancy in respect of property, exhibits, ancient monuments and visitor operations at Stonehenge, monitoring and evaluating the effectiveness of the site’s manned security contract.
To act as English Heritage’s main security consultant in respect of planning and managing the annual Solstice and Equinox ceremonies at Stonehenge, developing and implementing a security plan, working alongside other stakeholders and agencies in the delivery of safe and secure events.
      II.1.5)Common procurement vocabulary:
         79710000 - Security services.
         79000000 - Business services: law, marketing, consulting, recruitment, printing and security.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Not Provided

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Price - 40
         Delivery & Management of the contract - 30
         Experience, Professional Qualifications and Company Accreditations - 15
         Culture/Partnering - 15
         
      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: Not Provided          
      IV.3.2)Previous publication(s) concerning the same contract: Yes

         Notice on a buyer profile
         Notice number in OJ: 2013/S 41 - 65993 of 27/02/2013         
         
          Contract notice    
         Notice number in OJ: 2013/S 41 - 65993 of 27/02/2013
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: Not Provided       
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: R.B. Associates (South) Ltd
         Postal address: 43 Lytchett Drive
         Town: Broadstone
         Postal code: BH18 9LA
         Country: United Kingdom
         Telephone: +44 202318240
      V.4)Information On Value Of Contract
         Total final value of the contract
            Value: 179,400
            Currency: GBP
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)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, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=67404903
GO-2013715-PRO-4956553 TKR-2013715-PRO-4956552   
   VI.3.1)Body responsible for appeal procedures:
      Not Provided
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 15/07/2013