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
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