Salford City Council has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Supply of Security Staffing Services to Salford City Council |
Notice type: | Contract Notice |
Authority: | Salford City Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The City Council is looking for one or more security contractors to deliver a range of security services across the Salford area in order to improve the safety of staff and the public and the protection of premises and assets, for both the council, its partners and external customers. |
Published: | 13/11/2018 13:30 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Salford City Council
Civic Centre, Chorley Road, Salford, M27 5AW, United Kingdom
Tel. +44 1616866241, Email: jennifer.hilton@salford.gov.uk
Contact: Jennifer Hilton - Category Manager
Main Address: www.the-chest.org.uk, Address of the buyer profile: www.the-chest.org.uk
NUTS Code: UKD36
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.the-chest.org.uk
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via www.the-chest.org.uk 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: Supply of Security Staffing Services to Salford City Council
Reference Number: DN370774
II.1.2) Main CPV Code:
35121000 - Security equipment.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The City Council is looking for one or more security contractors to deliver a range of security services across the Salford area in order to improve the safety of staff and the public and the protection of premises and assets, for both the council, its partners and external customers.
II.1.5) Estimated total value:
Value excluding VAT: 2,800,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: This contract will be lotted into 3 Lots;
•Lot 1 – CCTV Monitoring and CCTV, Intruder and Fire Alarm Monitoring
•Lot 2 – Mobile Response
•Lot 3 – Manned Guarding/Concierge Service
Suppliers are welcomed to bid for 1, 2 or all lots. Therefore, it is possible that the lots could be awarded to separate suppliers.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: CCTV Monitoring and CCTV Indruder & Fire Alarm Monitoring
Lot No: 1
II.2.2) Additional CPV codes:
35100000 - Emergency and security equipment.
35120000 - Surveillance and security systems and devices.
35121000 - Security equipment.
35125300 - Security cameras.
II.2.3) Place of performance:
UKD36 Greater Manchester North West
II.2.4) Description of procurement: The City Council is inviting tenders for a single contractor who will provide 138 hours per week of dedicated CCTV staffing, along with 168 hours per week of dedicated intruder & fire alarm monitoring, new customer connections, mobile response driver assignment and co-ordination, ad hoc CCTV staffing and Police Airwaves observations and response. Staff must be SIA public space CCTV trained and licensed.
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: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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: To respond to this opportunity please visit www.the-chest.org.uk
II.2) Description Lot No. 2
II.2.1) Title: Mobile Response
Lot No: 2
II.2.2) Additional CPV codes:
35120000 - Surveillance and security systems and devices.
II.2.3) Place of performance:
UKD36 Greater Manchester North West
II.2.4) Description of procurement: Two delivery options are being considered by the City Council. This service is restricted to customers, whose premises are based in the geographic area of Salford.
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: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: Two delivery options are being considered by the City Council. Service specification option one is based on a ‘lift and shift’ model, for which the services required under this option are the provision of 3 liveried vans and associated drivers/response staff, who will take instruction from a control room representative via the City Council’s freely provided and maintained two way radio system. Service specification two is based on a buy in arrangement, where the City Council is inviting individual ‘all inclusive transport, equipment, communication and outcome feedback’ costs based on the City Council’s existing obligations to its fee paying customers.
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: To respond to this opportunity please visit The Chest www.the-chest.org.uk
II.2) Description Lot No. 3
II.2.1) Title: Manned Guarding/Concierge Service
Lot No: 3
II.2.2) Additional CPV codes:
79713000 - Guard services.
II.2.3) Place of performance:
UKD36 Greater Manchester North West
II.2.4) Description of procurement: Static manned guarding/concierge services are required at a number of Council and partnership buildings.
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: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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: To respond to this opportunity please visit The Chest www.the-chest.org.uk
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 OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - 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: 14/12/2018 Time: 12:00
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: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 14/12/2018
Time: 12:15
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=357108407
VI.4) Procedures for review
VI.4.1) Review body:
Salford City Council
, Civic Centre, Chorley Road, Swinton, M27 6AW, United Kingdom
Tel. +44 1616866241, Email: jennifer.hilton@salford.gov.uk
Internet address: www.the-chest.org.uk
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: 13/11/2018
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Salford City Council
Civic Centre, Chorley Road, Salford, M27 5AW, United Kingdom
Tel. +44 1616866241, Email: jennifer.hilton@salford.gov.uk
Contact: Jennifer Hilton - Category Manager
Main Address: www.the-chest.org.uk, Address of the buyer profile: www.the-chest.org.uk
NUTS Code: UKD36
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.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Supply of Security Staffing Services to Salford City Council
Reference number: DN370774
II.1.2) Main CPV code:
35121000 - Security equipment.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The City Council is looking for one or more security contractors to deliver a range of security services across the Salford area in order to improve the safety of staff and the public and the protection of premises and assets, for both the council, its partners and external customers.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 3,000,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:CCTV Monitoring and CCTV Indruder & Fire Alarm Monitoring
Lot No:1
II.2.2) Additional CPV code(s):
35100000 - Emergency and security equipment.
35120000 - Surveillance and security systems and devices.
35121000 - Security equipment.
35125300 - Security cameras.
II.2.3) Place of performance
Nuts code:
UKD36 - Greater Manchester North West
Main site or place of performance:
Greater Manchester North West
II.2.4) Description of the procurement: The City Council is inviting tenders for a single contractor who will provide 138 hours per week of dedicated CCTV staffing, along with 168 hours per week of dedicated intruder & fire alarm monitoring, new customer connections, mobile response driver assignment and co-ordination, ad hoc CCTV staffing and Police Airwaves observations and response. Staff must be SIA public space CCTV trained and licensed.
II.2.5) Award criteria:
Cost criterion - Name: Quality / Weighting: 40
Cost criterion - Name: Price / Weighting: 50
Cost criterion - Name: Social Value / Weighting: 10
II.2.11) Information about options
Options: 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
II.2.14) Additional information: To respond to this opportunity please visit www.the-chest.org.uk
II.2) Description (lot no. 2)
II.2.1) Title:Mobile Response
Lot No:2
II.2.2) Additional CPV code(s):
35120000 - Surveillance and security systems and devices.
II.2.3) Place of performance
Nuts code:
UKD36 - Greater Manchester North West
Main site or place of performance:
Greater Manchester North West
II.2.4) Description of the procurement: Two delivery options are being considered by the City Council. This service is restricted to customers, whose premises are based in the geographic area of Salford.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: Yes
Description of these options:Two delivery options are being considered by the City Council. Service specification option one is based on a ‘lift and shift’ model, for which the services required under this option are the provision of 3 liveried vans and associated drivers/response staff, who will take instruction from a control room representative via the City Council’s freely provided and maintained two way radio system. Service specification two is based on a buy in arrangement, where the City Council is inviting individual ‘all inclusive transport, equipment, communication and outcome feedback’ costs based on the City Council’s existing obligations to its fee paying customers.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: To respond to this opportunity please visit The Chest www.the-chest.org.uk
II.2) Description (lot no. 3)
II.2.1) Title:Manned Guarding/Concierge Service
Lot No:3
II.2.2) Additional CPV code(s):
79713000 - Guard services.
II.2.3) Place of performance
Nuts code:
UKD36 - Greater Manchester North West
Main site or place of performance:
Greater Manchester North West
II.2.4) Description of the procurement: Static manned guarding/concierge services are required at a number of Council and partnership buildings.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: 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
II.2.14) Additional information: To respond to this opportunity please visit The Chest www.the-chest.org.uk
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: DN370774
Lot Number: 1
Title: CCTV Monitoring and CCTV Intruder and Fire Alarm Monitoring
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 19/02/2019
V.2.2) Information about tenders
Number of tenders received: 12
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
The Exclusec Group Ltd
Bolton, BL1 4TQ, United Kingdom
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 1,000,000
Total value of the contract/lot: 1,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: 2
Title: Mobile Response Staff
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 19/02/2019
V.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
The Exclusec Group Ltd
Bolton, BL1 4TQ, United Kingdom
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 900,000
Total value of the contract/lot: 900,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: Not Provided
Lot Number: 3
Title: Manned Guarding/Concierge Service
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 19/02/2019
V.2.2) Information about tenders
Number of tenders received: 17
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
The Exclusec Group Ltd
Bolton, BL1 4TQ, United Kingdom
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 1,160,000
Total value of the contract/lot: 1,160,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
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=379498016
VI.4) Procedures for review
VI.4.1) Review body
Salford City Council
, Civic Centre, Chorley Road, Swinton, M27 6AW, United Kingdom
Tel. +44 1616866241, Email: jennifer.hilton@salford.gov.uk
Internet address: www.the-chest.org.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 25/02/2019