Bristol City Council : Security Void Management Services

  Bristol City Council has published this notice through Delta eSourcing

Notice Summary
Title: Security Void Management Services
Notice type: Contract Notice
Authority: Bristol City Council
Nature of contract: Services
Procedure: Open
Short Description: Bristol City Council, Housing Delivery Team is looking to enter into a contract agreement for three years with a Property Void Security Company to ensure the properties are made safe and secure. This service may be extended to other teams within the Bristol City Council to secure educational, retail shops and other corporate buildings.
Published: 27/02/2015 12:54

View Full Notice

UK-Bristol: Security services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Bristol City Council
      City Hall, College Green, Bristol, BS1 5TR, United Kingdom
      Tel. +44 1179924630, Email: jane.iles@bristol.gov.uk, URL: http://www.bristol.gov.uk/, URL: https://supplierlive.proactisp2p.com/Account/Registration/Register
      Contact: Partnerships, Procurement and Commissioning, Attn: Jane Iles
      Electronic Access URL: https://supplierlive.proactisp2p.com/Account/Registration/Register
      Electronic Submission URL: https://supplierlive.proactisp2p.com/Account/Registration/Register

      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:
      Regional or local authority

   I.3) Main activity:
      General Public Services
      Health
      Housing and community amenities
      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 Void Management Services
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 1

         Region Codes: UKK - SOUTH WEST (ENGLAND)         
      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. Security screens. Security fittings. Housing services. Repair and maintenance services. Door screens. Repair and maintenance services of security equipment. Bristol City Council, Housing Delivery Team is looking to enter into a contract agreement for three years with a Property Void Security Company to ensure the properties are made safe and secure. This service may be extended to other teams within the Bristol City Council to secure educational, retail shops and other corporate buildings.
         
      II.1.6)Common Procurement Vocabulary:
         79710000 - Security services.
         
         44212329 - Security screens.
         
         35121300 - Security fittings.
         
         70333000 - Housing services.
         
         50000000 - Repair and maintenance services.
         
         44221212 - Door screens.
         
         50610000 - Repair and maintenance services of security equipment.
         

      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:
      Bristol City Council, Housing Delivery Team is looking to enter into a contract agreement for three years with a Property Void Security Company to ensure the properties are made safe and secure.The Housing Delivery team provides homes for some 28,500 tenanted properties and 2,000 leaseholders across Bristol of which approximately 550 are void at any one time. The majority of properties require no added security during the void period. However some will need additional security measures of varying degrees to prevent illegal entry and vandalism. Contract Value ranges between: £300,000 and £380,000 over a 3-year period, with an optional 1 year extension. This service may be extended to other teams within the Bristol City Council to secure educational, retail shops and other corporate buildings.                  
         Estimated value excluding VAT:
         Range between: 300,000 and 500,000
         Currency: GBP
               
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 36 (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:
      The authority reserves the right to request appropriate security relevant and proportionate to the contract value.Further details are given in the Invitation To Tender documents.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Bristol City Council standard form of condition for payment, which are provided in the contract documents.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      The authority reserves the right to require grouping contractors to take a particular form or to require a single contractor to take primary liability or to require that each contractor undertakes joint or several liability.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      As specified in the Invitation To Tender documents.      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      In accordance with Public Contracts Regulations 2015 and as set out in the Invitation To Tender and Evaluation Award Criteria. Also; (1) The Council reserves the right toexclude a Bidder if: (a) the Bidder has not confirmed that Blacklists are not used by or on behalf of the Bidder;and/or (b) the Council is not satisfied that the Bidder has demonstrated that adequate measures are in place toensure that Blacklists are not used by or on behalf of the Bidder.(2) The Council reserves the right to exclude aBidder if the Council is not satisfied that adequate self-cleaning has been carried out following: (a) an adversefinding by a court or tribunal or other public body exercising similar functions regarding the use of a Blacklist byor on behalf of a Bidder; (b)an admission by the Bidder of the use of a Blacklist by or on behalf of the Bidder.Please refer to the Pre-Qualification Questionnaire documentation and the on-line questionnaire for more details(including a definition of “Blacklist” and guidance regarding self-cleaning).      
      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:
         In accordance with Public Contracts Regulations 2015 and as set out in the Invitation To Tender and Evaluation Award Criteria.         
         Minimum Level(s) of standards possibly required:
         In accordance with Public Contracts Regulations 2015 and as set out in the Invitation To Tender and Evaluation Award Criteria.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         In accordance with Public Contracts Regulations 2015 and as set out in the Invitation To Tender and Evaluation Award Criteria.         
         Minimum Level(s) of standards possibly required:
         In accordance with Public Contracts Regulations 2015 and as set out in the Invitation To Tender and Evaluation Award Criteria.      
      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: No       
      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: No
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   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: REQD1001311      
      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: 28/02/2015
      Time-limit for receipt of requests for documents or for accessing documents: 15:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 16/04/2015
         Time: 12:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender
         Duration in month(s): 36
      
      IV.3.8)Conditions for opening tenders
         Date: 16/04/2015
         Time: 12:01
         Persons authorised to be present at the opening of tenders: No


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/viewNotice.html?noticeId=130275216
GO-2015227-PRO-6401518 TKR-2015227-PRO-6401517
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Bristol District Registry of the High Court of Justice
      Greyfriars, Lewins Mead, Bristol, BS1 2NR, United Kingdom
      Tel. +44 1179106700

      VI.4.2)Lodging of appeals: In accordance with Public Contracts Regulations 2015.   
   
      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: 27/02/2015

ANNEX A

View any Notice Addenda

UK-Bristol: Security services.

Section I: Contracting Authority
   Title: UK-Bristol: Security services.
   I.1)Name, Addresses And Contact Point(s)
      Bristol City Council
      City Hall, College Green, Bristol, BS1 5TR, United Kingdom
      Tel. +44 1179924630, Email: john.thompson@bristol.gov.uk, URL: http://www.bristol.gov.uk/, URL: https://supplierlive.proactisp2p.com/Account/Registration/Register
      Contact: Partnerships, Procurement and Commissioning, Attn: John Thompson
   
   I.2)Type Of Purchasing Body
      Contracting authority       
      
Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: Security Void Management Services
      II.1.2)Short description of the contract or purchase:
      Security services. Security screens. Security fittings. Housing services. Repair and maintenance services. Door screens. Repair and maintenance services of security equipment. Bristol City Council, Housing Delivery Team is looking to enter into a contract agreement for three years with a Property Void Security Company to ensure the properties are made safe and secure. This service may be extended to other teams within the Bristol City Council to secure educational, retail shops and other corporate buildings.
      
      II.1.3)Common procurement vocabulary:
      79710000 - Security services.
      
      44212329 - Security screens.
      
      35121300 - Security fittings.
      
      70333000 - Housing services.
      
      50000000 - Repair and maintenance services.
      
      44221212 - Door screens.
      
      50610000 - Repair and maintenance services of security equipment.
      
      
Section IV: Procedure
   IV.1) Type of Procedure
      IV.1.1)Type of procedure (as stated in the original notice): Open       
   IV.2)Administrative Information
      IV.2.1)File reference number attributed by the contracting authority/entity: REQD1001311      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2015 - 153700
      IV.2.3)Notice to which this publication refers         
         Notice number in OJ: 2015/S 44 - 76429 of 04/03/2015      
      IV.2.4)Date of dispatch of the original Notice: 27/02/2015
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Incomplete Procedure

      VI.2)Information on incomplete awarding procedure
          The awarding procedure has been discontinued.

      VI.4)Other additional information:      
      Due to an administration error the Council has withdrawn the current procurement project, Proactis Reqd 1001311. It is the Council’s intention to re-issue a new procurement project within the next few weeks.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=141019933
GO-2015417-PRO-6530180 TKR-2015417-PRO-6530179

      VI.5)Date of dispatch: 17/04/2015

View Award Notice