Bip Buyer de-activated users: Security and Support Services

  Bip Buyer de-activated users has published this notice through Delta eSourcing

Notice Summary
Title: Security and Support Services
Notice type: Contract Notice
Authority: Bip Buyer de-activated users
Nature of contract: Services
Procedure: Restricted
Short Description: The Council is seeking tenders for Security and Support Services to maintain a commercially viable offer to the Council’s corporate estate. Services required shall include: Security services Fire alarm drills Care-taking duties Security patrols Key holding The security service aspect of the tender refers to the supply of suitable soft security services for example, a key holding service, response to alarm activations, mobile patrols, testing of fire & security systems, opening & closing sites, static guarding and reception security duties. The Council is looking to procure a managed service, whereby the successful supplier manages the staff supplied. The supplier will hold keys to all sites and will be responsible for responding to all our of hours requirements. The duration of the contract is 3 years with the potential to extend for two additional 24 month periods (total contract length up to 7 years).
Published: 15/05/2018 09:44

View Full Notice

UK-Bristol: Building and facilities management services.
Section I: Contracting Authority
      I.1) Name and addresses
             South Gloucestershire Council
             Bristol, BS37 5AF, United Kingdom
             Email: procurement@southglos.gov.uk
             Main Address: www.supplyingthesouthwest.org.uk
             NUTS Code: UKK12
      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: www.supplyingthesouthwest.org.uk
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent 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
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Security and Support Services       
      Reference Number: DN339742
      II.1.2) Main CPV Code:
      79993000 - Building and facilities management services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Council is seeking tenders for Security and Support Services to maintain a commercially viable offer to the Council’s corporate estate. Services required shall include: Security services Fire alarm drills Care-taking duties Security patrols Key holding The security service aspect of the tender refers to the supply of suitable soft security services for example, a key holding service, response to alarm activations, mobile patrols, testing of fire & security systems, opening & closing sites, static guarding and reception security duties. The Council is looking to procure a managed service, whereby the successful supplier manages the staff supplied. The supplier will hold keys to all sites and will be responsible for responding to all our of hours requirements. The duration of the contract is 3 years with the potential to extend for two additional 24 month periods (total contract length up to 7 years).       
      II.1.5) Estimated total value:
      Value excluding VAT: Not Provided       
      Currency: Not Provided
      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:
      UKK12 Bath and North East Somerset, North Somerset and South Gloucestershire
      
      II.2.4) Description of procurement: The Council is seeking tenders for Security and Support Services to maintain a commercially viable offer to the Council’s corporate estate. Services required shall include: Security services Fire alarm drills Care-taking duties Security patrols Key holding The security service aspect of the tender refers to the supply of suitable soft security services for example, a key holding service, response to alarm activations, mobile patrols, testing of fire & security systems, opening & closing sites, static guarding and reception security duties. The Council is looking to procure a managed service, whereby the successful supplier manages the staff supplied. The supplier will hold keys to all sites and will be responsible for responding to all our of hours requirements. The duration of the contract is 3 years with the potential to extend for two additional 24 month periods (total contract length up to 7 years).

Please visit the below link to register your interest:
https://procontract.due-north.com/Advert?advertId=ffd42b71-9157-e811-80eb-005056b64545&p=696a9836-1895-e511-8105-000c29c9ba21
      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: Not provided       
      Currency: Not provided       
      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: 2 optional renewals of 24 months.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Options to extend the contract or 2 periods of 24 months. Total contract length of contract if fully extended shall be 7 years.
      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:          
      Not Provided       
      III.1.2) Economic and financial standing       
      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
      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: No

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: No       
   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: 18/06/2018 Time: 17:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      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): 4
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=318932940
   VI.4) Procedures for review
   VI.4.1) Review body:
             South Gloucestershire Council
       Bristol, 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:    
    Not Provided    
   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: 15/05/2018

Annex A


View any Notice Addenda

View Award Notice