Reading Borough Council: Security and Keyholding Service

  Reading Borough Council has published this notice through Delta eSourcing

Notice Summary
Title: Security and Keyholding Service
Notice type: Contract Notice
Authority: Reading Borough Council
Nature of contract: Services
Procedure: Restricted
Short Description: Reading Borough Council is looking to procure the services of a service provider for the provision of a security and keyholding service to various Council sites located throughout the borough of Reading.
Published: 29/09/2014 16:29

View Full Notice

UK-Reading: Security services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Reading Borough Council
      Civic Offices, Reading, RG1 7AE, United Kingdom
      Tel. +44 1189372945, Fax. +44 1189372278, Email: corporate.procurement@reading.gov.uk, URL: www.reading.gov.uk
      Electronic Access URL: https://www.businessportal.southeastiep.gov.uk/sece/opportunity.nsf/fcontent?ReadForm&requesttype=viewcontract®ion=REG-UATA-79EMAL&authority=ORG-DNWA-7BSKBT&docid=OS-DNWA-9PEKN7&sd=&stype=&rv=authority&start=1&count=10&contentid=1.003

      Further information can be obtained at: ANNEX A.I
            
      Specifications and additional documents: ANNEX A.II
            
      Tenders or requests to participate must be sent to: ANNEX A.III
            
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services
      Environment
      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: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Security and Keyholding Service
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 23

         Region Codes: UKJ11 - Berkshire         
      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. Reading Borough Council is looking to procure the services of a service provider for the provision of a security and keyholding service to various Council sites located throughout the borough of Reading.
         
      II.1.6)Common Procurement Vocabulary:
         79710000 - Security services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: Not Provided   
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      The successful contractor will be required to provide an out of hours key holding service 365 days per year with coverage, in the main, from 17:00 to 09:00 hours Monday to Friday, and from 17:00 hours Friday to 09:00 Monday (weekend coverage). The portfolio of sites include community centres, childrens centres and public access buildings. The successful contractor will also be required to provide an emergency call out service for all sites under the contract.                  
         Estimated value excluding VAT:
         Range between: 180,000 and 240,000
         Currency: GBP
               
      
      II.2.2)Options: Yes
         If yes, description of these options: It is anticipated that the contract will commence in April 2015 and it will operate for an initial period of 3 years with an option to extend for a further period of 1 year, subject to contractors' performance, this will be at Reading Borough Council's sole discretion. All values given are indicative only as the Council cannot guarantee the future level of need or services required under the contract. For illustrative purposes it is estimated that the potential total annual value is 60,000 GBP over a term of 3 years, with an option to extend for a further period of 1 year, as specified in the range above.                   
         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      
      Not Provided
   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:
      Will be detailed within the Invitation to Tender (ITT) documentation.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Tenders must be priced in pounds sterling and all payments under the contract shall be made in pounds sterling (GBP). Actual method of payment to the contractor will be indicated in the Invitation to Tender (ITT) documentation.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Joint and several liability.
      
      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:         
         
         Information and formalities necessary for evaluating if requirements are met:
         Evidence of economic and financial standing will be required as defined in the Pre-Qualification Questionnaire (PQQ). Failure to provide the required information will result in the potential applicant being excluded.         
         Minimum Level(s) of standards possibly required:
         As set out in the Pre-Qualification Questionnaire (PQQ).
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         Evidence of technical capacity will be required as defined in the Pre-Qualification Questionnaire (PQQ). Failure to provide the required information will result in the potential applicant being excluded.         
         Minimum Level(s) of standards possibly required:
         As set out in the Pre-Qualification Questionnaire (PQQ).      
      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 number of operators: 5
         
         Objective Criteria for choosing the limited number of candidates:
         Evidence of economic and financial standing and technical competence will be required as defined in the Pre-Qualification Questionnaire (PQQ). There will be some pass/fail criteria contained within the PQQ. Candidates who do not demonstrate compliance with any of the pass/fail criteria will be excluded from the procurement exercise. Based on the selection criteria which will be contained in the PQQ, the contracting authority will select up to a maximum of 5 potential providers who will be taken through to the Invitation to Tender (ITT) stage.   
   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: Contract No. SC134      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 29/10/2014
      Time-limit for receipt of requests for documents or for accessing documents: 23:59
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 30/10/2014
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 20/11/2014      
      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: Not Provided
   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 services are to be procured under a two stage restricted procedure and organisations interested in expressing an interest should download the Pre-Qualification Questionnaire (PQQ) documentation which is available on the South East Business Portal at: https://www.businessportal.southeastiep.gov.uk/sece/opportunity.nsf/fcontent?ReadForm&requesttype=viewcontract®ion=REG-UATA-79EMAL&authority=ORG-DNWA-7BSKBT&docid=OS-DNWA-9PEKN7&sd=&stype=&rv=authority&start=1&count=10&contentid=1.003 and complete as instructed. The Portal is free of charge - to register please follow the supplier registration guidance which is available on the Portal. Contractors wishing to be considered for this tendering opportunity must complete the PQQ and return it in hardcopy with the requested supporting documents to the Request to Participate address given at Section I.1 of this notice. In addition to the three hard copies required contractors must also provide an electronic version of their full PQQ submission on an encrypted memory stick (USB) or password protected file on CD/DVD which must replicate exactly the hard copy submission in all respects. The deadline for return of the PQQ is stipulated at Section IV.3.4. Please note: you must register your interest via the South East Business Portal if you intend to submit a PQQ. If your organisation has not registered an expression of interest we will not be able to send you any amendments to the PQQ documents, or send you responses for requests for PQQ clarification from other potential candidates. You are advised to register your interest in this opportunity if you wish to be automatically supplied with supplementary information. Any further information, such as PQQ clarification questions and responses will be uploaded to the South East Business Portal. The PQQ documents will be available for download up until the closing time and date for submissions, it is the organisation's responsibility to ensure that they download the documents in ample time to ensure that they can be completed and returned, along with supporting documents, prior to the closing time and date stipulated at Section IV.3.4. The contracting authority does not bind itself to enter into any contract as a result of the publication of this contract notice and will not, under any circumstances, have any liability for any costs any person responding to this contract notice incurs in any part of the tender process.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=113054785
GO-2014929-PRO-6048460 TKR-2014929-PRO-6048459
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Reading Borough Council
      Department of Environment and Neighbourhood Services, Corporate Facilities Service, Lower Ground Floor, Civic Centre, Reading, RG1 7AE, United Kingdom
      Tel. +44 1189373737

      VI.4.2)Lodging of appeals: In accordance with Regulation 32 (information about contract award procedures and the application of standstill prior to contract award) and Regulation 47 (enforcement of obligations) of the UK's Public Contracts Regulations 2006 as amended by the Public Contracts (Amendment) Regulations 2009.   
   
      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: 29/09/2014

ANNEX A
   I) Addresses and contact points from which further information can be obtained:
      Reading Borough Council
      Department of Environment and Neighbourhood Services, Lower Ground Floor, Civic Centre, Reading, RG1 7AE, United Kingdom
      Tel. +44 1189372998, Email: rosalind.deoliveira@reading.gov.uk
      Contact: Corporate Facilities Service, Attn: Ros de Oliveira - Corporate Facilities Manager   
   
   II) Addresses and contact points from which specifications and additional documents can be obtained:
      Reading Borough Council
      Department of Environment and Neighbourhood Services, Lower Ground Floor, Civic Centre, Reading, RG1 7AE, United Kingdom
      Tel. +44 1189372998, Email: rosalind.deoliveira@reading.gov.uk
      Contact: Corporate Facilities Service, Attn: Ros de Oliveira - Corporate Facilities Manager   
   
   III) Addresses and contact points to which tenders/requests to participate must be sent:
      Reading Borough Council
      Department of Environment and Neighbourhood Services, Lower Ground Floor, Civic Centre, Reading, RG1 7AE, United Kingdom
      Tel. +44 1189372998, Email: rosalind.deoliveira@reading.gov.uk
      Contact: Corporate Facilities Service, Attn: Department of Environment and Neighbourhood Services

View any Notice Addenda

View Award Notice

UK-Reading: Security services.

Section I: Contracting Authority
   Title: UK-Reading: Security services.
   I.1)Name, Addresses and Contact Point(s):
      Reading Borough Council
      Civic Offices, Bridge Street, Reading, RG1 2LU, United Kingdom
      Tel. +44 1189372945, Email: corporate.procurement@reading.gov.uk, URL: www.reading.gov.uk

   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services
      Environment
      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: No

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Security and Keyholding Service      
      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: UKJ11 - Berkshire         
      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. Award of contract for the provision of a security and keyholding service to various Council sites located throughout the borough of Reading.
      II.1.5)Common procurement vocabulary:
         79710000 - Security services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No
   
   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% - Sub-criteria Schedule of Rates - 40
         Quality 60% - Sub-criteria: Service Provision (15%); Response Time (15%); Staff Recruitment & Training (10%); Security of Keys (10%); Signage (5%); Reporting (5%) - 60
         
      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: Contract No. SC134         
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
          Contract notice    
         Notice number in OJ: 2014/S 190 - 335445 of 03/10/2014
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: SC134

      V.1)Date Of Contract Award: 05/03/2015      
      V.2) Information About Offers
         Number Of Offers Received: 3          
         Number Of Offers Received By Electronic Means: 0       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Earley Security Services (Southern) Limited
         Postal address: 28 Erleigh Road
         Town: Reading
         Postal code: RG1 5NA
         Country: United Kingdom
         Email: reception@esssouthern.co.uk
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 240,000
            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 contract term commenced on 01.04.2015 and will be for an initial period of 3 years with an option to extend for a further period of 1 year, subject to contractors' performance, the extension period will be exercised at the sole discretion of the contracting authority.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=134797770
GO-201549-PRO-6510043 TKR-201549-PRO-6510042   
   VI.3.1)Body responsible for appeal procedures:
      Reading Borough Council
      Department of Environment and Neighbourhood Services, Corporate Facilities Service, Lower Ground Floor, Civic Centre, Reading, RG1 7AE, United Kingdom
      Tel. +44 1189373737
   VI.3.2)Lodging of appeals: Reading Borough Council has already incorporated a 10 day standstill period at the point the information on award of contract was communicated to all tenderers. The notification provided full information on the award decision. The standstill period, which was for a minimum 10 calendar days, provided time for unsuccessful tenderers to challenge the award decision before the contract was entered into.    
   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: 09/04/2015