Charnwood Borough Council : SECURITY SERVICES

  Charnwood Borough Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: SECURITY SERVICES
Notice type: Contract Notice
Authority: Charnwood Borough Council
Nature of contract: Services
Procedure: Restricted
Short Description: This contract is required for the provision of manned security, key holding and alarm activation call-out services at; •Southfields Offices - Loughborough •Daytime security for the Department of Works and Pensions (DWP) and Charnwood Borough Council (CBC) advisors areas in Southfields main reception. •Evening security for CBC at Southfields main reception. •Key Holding and alarm activation callouts. •The Oak Business Centre – Sileby, Key Holding and alarm activation callouts •The Ark Business Centre – Loughborough, Key Holding and alarm activation callouts. •Woodgate Chambers – Loughborough, Key Holding and alarm activation callouts. To provide Charnwood Borough council with Security Services as detailed above, commencing 26th October 2016 to 25th October 2019, a period of three years with the possible extension of one further period of twelve months. TUPE will apply for a minimum of 4 security officers
Published: 02/03/2016 10:30
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Loughborough: Security services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Charnwood Borough Council
      Southfield Road, Loughborough, LE11 2TU, United Kingdom
      Tel. +44 1509634686, Email: dave.wall@charnwood.gov.uk, URL: http://limfam.charnwood.gov.uk/ContractsSearch/ContractList.aspx
      Contact: Dave Wall
      Electronic Access URL: https://www.delta-esourcing.com/tenders/UK-UK-Loughborough:-Security-services./84V265QA22
      Electronic Submission URL: https://www.delta-esourcing.com/tenders/UK-UK-Loughborough:-Security-services./84V265QA22

      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 Council Services

   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 SERVICES
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 23

         Region Codes: UKF22 - Leicestershire CC and Rutland         
      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. This contract is required for the provision of manned security, key holding and alarm activation call-out services at;

•Southfields Offices - Loughborough
•Daytime security for the Department of Works and Pensions (DWP) and Charnwood Borough Council (CBC) advisors areas in Southfields main reception.
•Evening security for CBC at Southfields main reception.
•Key Holding and alarm activation callouts.

•The Oak Business Centre – Sileby, Key Holding and alarm activation callouts

•The Ark Business Centre – Loughborough, Key Holding and alarm activation callouts.

•Woodgate Chambers – Loughborough, Key Holding and alarm activation callouts.

To provide Charnwood Borough council with Security Services as detailed above, commencing 26th October 2016 to 25th October 2019, a period of three years with the possible extension of one further period of twelve months.

TUPE will apply for a minimum of 4 security officers
         
      II.1.6)Common Procurement Vocabulary:
         79710000 - Security 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: 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:
      Provision of manned security, key holding and alarm activation call-out services at;

•Southfields Offices - Loughborough
•Daytime security for the Department of Works and Pensions (DWP) and Charnwood Borough Council (CBC) advisors areas in Southfields main reception.
•Evening security for CBC at Southfields main reception.
•Key Holding and alarm activation callouts.

•The Oak Business Centre – Sileby, Key Holding and alarm activation callouts

•The Ark Business Centre – Loughborough, Key Holding and alarm activation callouts.

•Woodgate Chambers – Loughborough, Key Holding and alarm activation callouts.

To provide Charnwood Borough council with Security Services as detailed above, commencing 26th October 2016 to 25th October 2019, a period of three years with the possible extension of one further period of twelve months.

TUPE will apply for a minimum of 4 security officers                  
         Estimated value excluding VAT:
         Range between: 400,000 and 480,000
         Currency: GBP
               
      
      II.2.2)Options: Yes
         If yes, description of these options: Contract is for 36 months with the option to extend for 1 X 12 months subject to performance.                   
         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: 26/10/2016
         Completion: 25/10/2020

   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 Council reserves the right to require, guarantees, deposits, bonds or other forms of appropriate security.
Financial standing requirements are detailed in the Pre-qualification Questionnaire .
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      As stated within the Pre-qualification Questionnaire .
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Joint and severable liability.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      The contractor 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 contractor shall in all matters arising in the performance of the contract comply with the provisions of the Equality Act 2010 and the Human Rights Act 1998 and all other discrimination legislation.      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      See Pre-Qualification Questionnaire      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
         
         Information and formalities necessary for evaluating if requirements are met:
         See Pre-Qualification Questionnaire
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         (k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
         
         Information and formalities necessary for evaluating if requirements are met:
         Economic operators will be required to provide confirmation of licensed status under the Private Security Act 2001 for further criteria please refer to Pre-Qualification Questionnaire.         
         Minimum Level(s) of standards possibly required:
         See Pre-Qualification Questionnaire      
      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: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 5 and maximum number: 8         
         Objective Criteria for choosing the limited number of candidates:
         See Pre-Qualification Questionnaire between 5 and 8 of the highest scoring economic operators will be invited to submit tenders   
   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: FM/SS2016      
      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: 07/04/2016
      Time-limit for receipt of requests for documents or for accessing documents: 12:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 08/04/2016
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Yes
      Estimated timing for further notices to be published: February 2020
   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.
This tender will be conducted electronically through use of the BIP Vault system.
The Pre Qualification Questionnaire and Invitation to Tender documents should be completed and uploaded by using Vault 84V265QA22 through BiPs Delta-ets portal by the deadline set out in IV.3.4) above.
The information and documents for this Invitation to Tender will be accessible at the following website https://www.deltaesourcing.com/respond/84V265QA22
The information and/or documents for this opportunity are available on https://www.delta-esourcing.com your response must be completed and uploaded electronically via the Delta eSourcing Response Manager by thedeadline set out in IV.3.4) above.
You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password.
Please note there is a password reminder link on the homepage.
Suppliers must log in, go to the Response Manager and add the following Access Code — 84V265QA22 You will then be able to access the documentation. Completed questionnaires must be uploaded and submitted to Delta e-Sourcing by 12:00 on 08.04.2016.
Please check that you are able to access the online pre qualification questionnaire/Invitation to Tender Documents. If you experience problems with the Delta portal then please contact the Delta helpdesk — helpdesk@delta-esourcing.com or call +44 8452707050 for further assistance.
Please ensure that you allow yourself plenty of time when responding to the pre qualification questionnaire/Invitation to Tender prior to the closing date and time.
The completed pre qualification questionnaire/Invitation to Tender and all supporting documentation must be returned by the deadline set out in IV.3.4) above. The contracting authority reserves the right not to award a contract as a result of the procurement process initiated by this notice and in such event will not be liable for any costs incurred by any party. Bids will be evaluated so as to provide the most economically advantageous outcome the award criteria listed in the pre-qualification questionnaire and invitation to tender
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Loughborough:-Security-services./84V265QA22

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/84V265QA22
GO-201632-PRO-7842157 TKR-201632-PRO-7842156
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: Charnwood Borough Council (CBC) will incorporate a minimum 10 calendar day standstill period at the point of information on the award of the contract, is communicated to tenderers. The Public Contracts Regulations 2015 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, or may award damages. Where a contract has been entered into the Court may make a declaration of ineffectiveness, order for a fine to be paid and/or order the duration of the contract to be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to review 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: 02/03/2016

ANNEX A

View any Notice Addenda

View Award Notice

UK-Loughborough: Security services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Charnwood Borough Council
       Southfield Road, Loughborough, LE11 2TU, United Kingdom
       Tel. +44 1509634686, Email: dave.wall@charnwood.gov.uk
       Contact: Dave Wall
       Main Address: https://www.charnwood.gov.uk, Address of the buyer profile: http://limfam.charnwood.gov.uk/ContractsSearch/ContractList.aspx
       NUTS Code: UKF22

   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:
      Other activity: Local Council Services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: SECURITY SERVICES            
      Reference number: FM/SS2016

      II.1.2) Main CPV code:
         79710000 - Security services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: This contract is required for the provision of manned security, key holding and alarm activation call-out services at;

•Southfields Offices - Loughborough
•Daytime security for the Department of Works and Pensions (DWP) and Charnwood Borough Council (CBC) advisors areas in Southfields main reception.
•Evening security for CBC at Southfields main reception.
•Key Holding and alarm activation callouts.

•The Oak Business Centre – Sileby, Key Holding and alarm activation callouts

•The Ark Business Centre – Loughborough, Key Holding and alarm activation callouts.

•Woodgate Chambers – Loughborough, Key Holding and alarm activation callouts.

To provide Charnwood Borough council with Security Services as detailed above, commencing 26th October 2016 to 25th October 2019, a period of three years with the possible extension of one further period of twelve months.

TUPE will apply for a minimum of 4 security officers

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 478,204
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            79710000 - Security services.


      II.2.3) Place of performance
      Nuts code:
      UKF22 - Leicestershire CC and Rutland
   
      Main site or place of performance:
      Leicestershire CC and Rutland
             

      II.2.4) Description of the procurement: Security services. This contract is required for the provision of manned security, key holding and alarm
activation call-out services at;
—Southfields Offices — Loughborough
—Daytime security for the Department of Works and Pensions (DWP) and Charnwood Borough Council (CBC)
advisors areas in Southfields main reception.
—Evening security for CBC at Southfields main reception.
—Key Holding and alarm activation callouts.
—The Oak Business Centre — Sileby, Key Holding and alarm activation callouts
—The Ark Business Centre — Loughborough, Key Holding and alarm activation callouts.
—Woodgate Chambers — Loughborough, Key Holding and alarm activation callouts.
To provide Charnwood Borough council with Security Services as detailed above, commencing 26.10.2016 to
25.10.2019, a period of three years with the possible extension of 1 further period of 12 months.

      II.2.5) Award criteria:
      Quality criterion - Name: Contract Methodology / Weighting: 18
      Quality criterion - Name: Supervision methods / Weighting: 6
      Quality criterion - Name: DSB Checks and Security Industry Authority Licences / Weighting: 3
      Quality criterion - Name: Mobilisation plan / Weighting: 6
      Quality criterion - Name: Safeguarding of security of master keys / Weighting: 6
      Quality criterion - Name: Suitably qualified replacement staff / Weighting: 12
      Quality criterion - Name: Dispute resolution / Weighting: 3
      Quality criterion - Name: Control centre / Weighting: 3
      Quality criterion - Name: Environmental Responsibility / Weighting: 3
                  
      Cost criterion - Name: Price / Weighting: 40
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:Contract is for 36 months with the option to extend for 1 X 12 months subject to performance.

      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: Not Provided


Section IV: Procedure

IV.1) Description

   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       
      A dynamic purchasing system was set up: 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: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2016/S 46-76275
      
   

   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: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 16/08/2016

      V.2.2) Information about tenders
         Number of tenders received: 9
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 9

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Foremost Security Ltd, UK
             The Clock Tower, Talbot Street, Nottingham, NG1 5GG, United Kingdom
             Tel. +44 1159110213, Email: paul.ritchie@foremost-security.co.uk
             NUTS Code: UKF14
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 488,000          
         Total value of the contract/lot: 478,204
         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.
This tender will be conducted electronically through use of the BIP Vault system.
The Pre Qualification Questionnaire and Invitation to Tender documents should be completed and uploaded by using Vault 84V265QA22 through BiPs Delta-ets portal by the deadline set out in IV.3.4) above.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=215094971

   VI.4) Procedures for review

      VI.4.1) Review body
          Charnwood Borough Council
          Southfield Road, Loughborough, LE11 2TN, United Kingdom
          Tel. +44 1509634686

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Charnwood Borough Council (CBC) will incorporate a minimum 10 calendar day standstill period at the point of information on the award of the contract, is communicated to tenderers. The Public Contracts Regulations 2015 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, or may award damages. Where a contract has been entered into the Court may make a declaration of ineffectiveness, order for a fine to be paid and/or order the duration of the contract to be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to review the award decision before the contract is entered into.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 17/08/2016