ESPO has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Security Services - 347/14 |
Notice type: | Contract Notice |
Authority: | ESPO |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The framework is for the provision of a range of Security Services, which will be commissioned on an ad-hoc basis as the requirements arise. These include Keyholding and first response services, Manned guarding and Mobile patrols and associated security services. For the purposes of this framework ESPO's operational area will be divided into 12 separate Regions (East Midlands, East of England, North East England, North West England, South East England South West England, West Midlands, Yorkshire and Humber, London, Scotland, Wales & Northern Ireland). Tenderers must bid for all services within individual regions or any multiple thereof. This framework will be available for use by eligible end-user establishments within those areas. The framework will be in place for an initial two year period, commencing 1st September 2014 (unless otherwise agreed). ESPO reserves the right thereafter to extend the contract for up to a further two year period, if it so wishes. Whilst initially for use by local authorities served by ESPO (see www.espo.org for further details), being a Central Purchasing Body as defined by the EU Combined Procurement Directive 2004/18/EC, the Framework Agreement may also be open for use by the following classifications of user throughout all administrative regions of the UK: Central Government Departments and their Agencies; Local Authority Councils; Educational Establishments (including Academies); Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords. Full details of the classification of end user establishments and geographical areas is available on: http://www.espo.org/about-us/ojeu-permissible-users.aspx An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement. In order to express an interest in tendering, please email your request to: tenders@espo.org quoting ESPO reference number 347/14 |
Published: | 15/04/2014 09:21 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Eastern Shires Purchasing Organisation (see www.espo.org)
Barnsdale Way, Grove Park, Enderby, Leicester, LE19 1ES, United Kingdom
Tel. +44 1162657926, Fax. +44 1162944399, Email: tenders@espo.org, URL: www.espo.org
Contact: tenders@espo.org
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:
Other: Local Authority Services
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Security Services - 347/14
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 23
Region Codes: UK - UNITED KINGDOM
II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement
II.1.4)Information on framework agreement:
Framework agreement with several operators
Duration of the framework agreement:
Duration in year(s): 2
Estimated total value of purchases for the entire duration of the framework agreement:
Range between: 10,000,000 and 14,000,000
Currency: GBP
II.1.5)Short description of the contract or purchase:
Security services. Guard services. Patrol services. Alarm-monitoring services. Surveillance services. Identification badge release services. The framework is for the provision of a range of Security Services, which will be commissioned on an ad-hoc basis as the requirements arise. These include Keyholding and first response services, Manned guarding and Mobile patrols and associated security services. For the purposes of this framework ESPO's operational area will be divided into 12 separate Regions (East Midlands, East of England, North East England, North West England, South East England South West England, West Midlands, Yorkshire and Humber, London, Scotland, Wales & Northern Ireland). Tenderers must bid for all services within individual regions or any multiple thereof. This framework will be available for use by eligible end-user establishments within those areas. The framework will be in place for an initial two year period, commencing 1st September 2014 (unless otherwise agreed). ESPO reserves the right thereafter to extend the contract for up to a further two year period, if it so wishes.
Whilst initially for use by local authorities served by ESPO (see www.espo.org for further details), being a Central Purchasing Body as defined by the EU Combined Procurement Directive 2004/18/EC, the Framework Agreement may also be open for use by the following classifications of user throughout all administrative regions of the UK: Central Government Departments and their Agencies; Local Authority Councils; Educational Establishments (including Academies); Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords. Full details of the classification of end user establishments and geographical areas is available on: http://www.espo.org/about-us/ojeu-permissible-users.aspx
An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.
In order to express an interest in tendering, please email your request to: tenders@espo.org quoting ESPO reference number 347/14
II.1.6)Common Procurement Vocabulary:
79710000 - Security services.
79713000 - Guard services.
79715000 - Patrol services.
79711000 - Alarm-monitoring services.
79714000 - Surveillance services.
79716000 - Identification badge release services.
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: Yes
If yes, tenders should be submitted for: One or more lots
II.1.9)Information about variants:
Variants will be accepted: Yes
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
The value of GBP 10,000,000 is the estimated potential value based on known participating establishments. The value of participation by the wider public sector cannot be calculated accurately or guaranteed - but has nevertheless been incorporated within a range of GBP 10,000,000 to GBP 14,000,000 for the duration (including the extension option referred to at Section II.2.2)
II.2.2)Options: Yes
If yes, description of these options: The framework agreement has the option to extend for up to a further 24 months. The total estimated values stated in Section II.1.4 include the option period.
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
Starting: 01/09/2014
Completion: 31/08/2016
Information About Lots
Lot No: 1
Title: Security Services
1)Short Description:
The framework is for the provision of a range of Security Services, which will be commissioned on an ad-hoc basis as the requirements arise. These include Keyholding and first response services, Manned guarding and Mobile patrols and associated security services. For the purposes of this framework ESPO's operational area will be divided into 12 separate Regions (East Midlands, East of England, North East England, North West England, South East England South West England, West Midlands, Yorkshire and Humber, London, Scotland, Wales & Northern Ireland). Tenderers must bid for all services within individual regions or any multiple thereof in order their bid to be considered.
2)Common Procurement Vocabulary:
79710000 - Security services.
79713000 - Guard services.
79715000 - Patrol services.
79711000 - Alarm-monitoring services.
79714000 - Surveillance services.
79716000 - Identification badge release services.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots:
Full detail on Lots are provided in the invitation to tender.
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
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:Yes
If Yes, description of particular conditions:
1. The Supplier agrees that there shall be no discrimination by it against any person with respect to opportunity for employment or conditions of employment, because of age, disability, gender reassignment, marital or civil partner status, pregnancy or maternity, race, colour, nationality, ethnic or national origin, religion or belief, sex or sexual orientation. The Supplier shall in all matters arising in the performance of the Agreement comply with the provisions of the Equality Act 2010 and the Human Rights Act 1998 and all other discrimination legislation.
2. This contract will contain a contract monitoring clause which will require suppliers to ensure that their organisation operates within the rating of 30 or more, as shall be determined by use of the credit rating agency, Creditsafe Business Solutions Limited.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
As detailed in the Invitation to Tender.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Minimum Level(s) of standards possibly required:
As detailed in the Invitation to Tender.
III.2.3)Technical capacity
Technical capacity - means of proof required
Minimum Level(s) of standards possibly required:
As detailed in the Invitation to Tender.
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: 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: 347/14
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: 30/05/2014
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 06/06/2014
Time: 17:00
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 days: 90
IV.3.8)Conditions for opening tenders
Not Provided
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: Not Provided
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.
The current publication is a replacement notice for the contract notice ref. 2013/S 248-433154 of 21/12/2013, cancelled by the addendum notice ref. 2014/S 074-127938 of 15/04/2014.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=94773745
GO-2014415-PRO-5606653 TKR-2014415-PRO-5606652
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
VI.4.2)Lodging of appeals: ESPO will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2006 (SI 2006 No. 5) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
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: 15/04/2014
ANNEX A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
organisations stated in Section II.1.5
further information contact ESPO, Barnsdale Way, Grove Park, Enderby, Leicester, LE19 1ES, United Kingdom
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Leicester: Security services.
I.1)Name, Addresses and Contact Point(s):
Eastern Shires Purchasing Organisation (see www.espo.org)
Barnsdale Way, Grove Park, Enderby, Leicester, LE19 1ES, United Kingdom
Tel. +44 1162657926, Fax. +44 1162944399, Email: tenders@espo.org, URL: www.espo.org
Contact: tenders@espo.org
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
Not Provided
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Security Services - 347/14
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: UK - UNITED KINGDOM
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. Guard services. Patrol services. Alarm-monitoring services. Surveillance services. Identification badge release services. The framework is for the provision of a range of Security Services, which will be commissioned on an ad-hoc basis as the requirements arise. These include Keyholding and first response services, Manned guarding and Mobile patrols and associated security services. For the purposes of this framework ESPO's operational area will be divided into 12 separate Regions (East Midlands, East of England, North East England, North West England, South East England South West England, West Midlands, Yorkshire and Humber, London, Scotland, Wales & Northern Ireland). Tenderers must bid for all services within individual regions or any multiple thereof. This framework will be available for use by eligible end-user establishments within those areas. The framework will be in place for an initial two year period, commencing 1st September 2014 (unless otherwise agreed). ESPO reserves the right thereafter to extend the contract for up to a further two year period, if it so wishes.Whilst initially for use by local authorities served by ESPO (see www.espo.org for further details), being a Central Purchasing Body as defined by the EU Combined Procurement Directive 2004/18/EC, the Framework Agreement may also be open for use by the following classifications of user throughout all administrative regions of the UK: Central Government Departments and their Agencies; Local Authority Councils; Educational Establishments (including Academies); Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords. Full details of the classification of end user establishments and geographical areas is available on: http://www.espo.org/about-us/ojeu-permissible-users.aspxAn eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.In order to express an interest in tendering, please email your request to: tenders@espo.org quoting ESPO reference number 347/14
II.1.5)Common procurement vocabulary:
79710000 - Security services.
79713000 - Guard services.
79715000 - Patrol services.
79711000 - Alarm-monitoring services.
79714000 - Surveillance services.
79716000 - Identification badge release services.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Lowest offer: 10,000,000 /Highest offer: 14,000,000
Currency: GBP
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:
Criteria - Weighting
non price - 60
price - 40
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: 347/14
IV.3.2)Previous publication(s) concerning the same contract: Yes
Contract notice
Notice number in OJ: 2014/S 77 - 133517 of 18/04/2014
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 22/09/2014
V.2) Information About Offers
Number Of Offers Received: 29
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: AP Security (APS) Ltd
Postal address: 33 Metro Centre, Dwight Road
Town: Watford
Postal code: WD18 9SB
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
2: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: First Response Group Ltd
Postal address: Unit A5, Unity Business Centre, 26 Roundhay Road
Town: Leeds
Postal code: LS7 1AB
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
3: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Guardian Protection Services
Postal address: 165-171 Humberstone Road
Town: Leicester
Postal code: LE5 3AF
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
4: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Gurkha Security Services Ltd
Postal address: Falcon House, 16 Fernhill Road
Town: Farnborough
Postal code: GU14 9RX
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
5: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Keepsave Security Services Ltd
Postal address: Shaw Street, Riddings
Town: Alfreton
Postal code: DE55 4EY
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
6: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Leisuresec Plc
Postal address: 1 Ardent Court, William James Way
Town: Henley-in-Arden
Postal code: B95 5LU
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
7: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Lodge Security Ltd
Postal address: Brook Point, 1412 High Road
Town: Whetstone
Postal code: N20 9BH
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
8: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Mitie Security
Postal address: Security House, 20 Milburn Avenue, Oldbrook
Town: Milton Keynes
Postal code: MK6 2WX
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
9: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Manpower Direct (UK) Ltd
Postal address: Dagenham Business Centre, Unit 20 Rainham Road North
Town: Dagenham
Postal code: RM10 7FD
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
10: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Octavian Continental Ltd
Postal address: Alder Court, Rennie Hogg Road
Town: Nottingham
Postal code: NG2 1RX
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
11: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Profile Security Services Ltd
Postal address: Stable Yard, Walk House farm, Barrow-on-Humber
Town: Barrow-on-Humber
Postal code: DN19 7DZ
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
12: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Securitas Security Services (UK) Ltd
Postal address: Securitas House, Cuckoo Wharf, Lichfield Road
Town: Aston
Postal code: B6 7SS
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
13: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Securigroup Services Ltd
Postal address: 349 Bath Street
Town: Glasgow
Postal code: G2 4AA
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
14: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Shield Security Services
Postal address: 7 Earls Court, Henry Boot Way
Town: Hull
Postal code: HU4 7DY
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
15: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: South West Security Services
Postal address: Shepherds Way, Christon Road
Town: Loxton
Postal code: BS26 2XG
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
16: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: Not Provided
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: TrustOn Ltd
Postal address: Berkeley House, Hunts Rise
Town: South Marston park
Postal code: SN3 4TG
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
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: Not Provided
VI.2)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.The current publication is a replacement notice for the contract notice ref. 2013/S 248-433154 of 21/12/2013, cancelled by the addendum notice ref. 2014/S 074-127938 of 15/04/2014.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=116363272
GO-20141016-PRO-6093838 TKR-20141016-PRO-6093837
VI.3.1)Body responsible for appeal procedures:
Not Provided
VI.3.2)Lodging of appeals: ESPO will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2006 (SI 2006 No. 5) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is 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: 16/10/2014
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
Organisations stated in Section II.1.4
further information contact ESPO, Barnsdale Way, Grove Park, Enderby, Leicester, LE19 1ES, United Kingdom