University of Suffolk: UCS Manned Guarding Services 2014

  University of Suffolk is using Delta eSourcing to run this tender exercise

Notice Summary
Title: UCS Manned Guarding Services 2014
Notice type: Contract Notice
Authority: University of Suffolk
Nature of contract: Services
Procedure: Open
Short Description: Investigation and security services. Door supervision, security guarding, CCTV monitoring & alarm responding.
Published: 28/03/2014 12:16
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-Ipswich: Investigation and security services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      University Campus Suffolk
      Waterfront Building, Neptune Quay, Ipswich, IP4 1QJ, United Kingdom
      Tel. +44 1473338350, Email: procurement@ucs.ac.uk, URL: http://www.ucs.ac.uk, URL: http//www.ucs.ac.uk
      Contact: Finance Department - Procurement, Attn: Head of Procurement
      Electronic Access URL: http://www.delta-ets.com - Please use tender access code:5RA2TS644R
      Electronic Submission URL: http://www.delta-ets.com - Please use tender access code:5RA2TS644R

      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:
      Body governed by public law

   I.3) Main activity:
      Education

   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: UCS Manned Guarding Services 2014
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 23

         Region Codes: UKH14 - Suffolk         
      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:
      Investigation and security services. Investigation and security services. Door supervision, security guarding, CCTV monitoring & alarm responding.
         
      II.1.6)Common Procurement Vocabulary:
         79700000 - Investigation and security services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      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:
      Manned guarding services including door supervision, security guarding, CCTV monitoring, and alarm responding. To be performed by a minimum of two security officers at any one time, for 24 hours, seven days a week throughout the contract period, across the campus consisting of 2 buildings on the Ipswich waterfront and a complex of buildings known as Campus North opposite the main Waterfront building.                  
         Estimated value excluding VAT:
         Range between: 170,000 and 180,000
         Currency: GBP
               
      
      II.2.2)Options: Yes
         If yes, description of these options: 24 month contract with options to extend the contract in one year increments up to a maximum contract term of 5 years.       
      If known, Provisional timetable for recourse to these options:
                  
         Duration in months: 24 (from the award of the contract)
                            
         II.2.3)Information about renewals:
            This contract is subject to renewal: Yes
                           Number of possible renewals: Range between: 1 to 3                  
      If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
         Duration in months: 12
         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Starting: 01/08/2014
         Completion: 31/07/2016

   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:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      The proposed contract will be priced in sterling. Payment by BACS. The normal UCS payment terms are 30 days from receipt of a certified correct invoice.
      
      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: No       
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.

      Written declarations that none of the statements in the standard declaration apply to the economic operator, its employees, contractors or agents and as described in the contract documents must accompany the completed tender submission      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (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:
         All above proof must accompany tender package         
         Minimum Level(s) of standards possibly required:
         Copies of insurance policies or equivalent
b) & c) copies of the latest audited report or where not required by statute in the country of origin copy of most recent audited balance sheet and profit & loss account
It is unlikely a business will be invited to interview if their annual turnover is less than three times the estimated value of the contract for any of the three preceding years or the DUNS rating indicates the business is not financially sound.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (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;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (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:
         Written declaration that the economic operator complies with the requirements above and as described in the contract documents.         
         Minimum Level(s) of standards possibly required:
         Supporting documents or copies must be included with completed tender submission.
Inadequate experience, high staff turnover in comparison with normal industry rates will be considered unacceptable.      
      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: Yes
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: UCS027      
      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: 16/05/2014
      Time-limit for receipt of requests for documents or for accessing documents: 11:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 16/05/2014
         Time: 12:00      
      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
         Date: 19/05/2014
         Time: 12:00
         Persons authorised to be present at the opening of tenders: No


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   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, and the contract will be awarded on the basis of the most economically advantageous tender.

Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
The information and/or documents for this opportunity are available on https://www.delta-esourcing.com/delta. 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 your Response Manager and add the following Access Code shown below at the end of the web address. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is as declared above . Please ensure that you allow yourself plenty of time when responding to this invitation prior to the closing date and time, especially if you have been asked to upload documents.
If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Ipswich:-Investigation-and-security-services./5RA2TS644R

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/5RA2TS644R
GO-2014328-PRO-5565893 TKR-2014328-PRO-5565892
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      University Campus Suffolk
      Waterfront Building, Neptune Quay, Ipswich, IP4 1QJ, United Kingdom
      Tel. +44 1473338350, Email: procurement@ucs.ac.uk, URL: http://www.ucs.ac.uk

      VI.4.2)Lodging of appeals: UCS will incorporate a minimum of 10 calendar days standstill period at the point information on award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 days before expiry of the standstill period. Such additional information should be requested from the address given at I.1.   
   
      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: 28/03/2014

ANNEX A

View any Notice Addenda

View Award Notice

UK-Ipswich: Investigation and security services.

Section I: Contracting Authority
   Title: UK-Ipswich: Investigation and security services.
   I.1)Name, Addresses and Contact Point(s):
      University Campus Suffolk
      Waterfront Building, Neptune Quay, Ipswich, IP4 1QJ, United Kingdom
      Tel. +44 1473338350, Email: procurement@ucs.ac.uk, URL: http://www.ucs.ac.uk, URL: http//www.ucs.ac.uk
      Contact: Finance Department - Procurement, Attn: Head of Procurement
      Electronic Access URL: http://www.delta-ets.com - Please use tender access code:5RA2TS644R
      Electronic Submission URL: http://www.delta-ets.com - Please use tender access code:5RA2TS644R

   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Education

   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
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: UCS Manned Guarding Services 2014      
      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: UKH14 - Suffolk         
      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):
         Investigation and security services. Investigation and security services. Door supervision, security guarding, CCTV monitoring & alarm responding.
      II.1.5)Common procurement vocabulary:
         79700000 - Investigation and security services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Lowest offer: 203,815 /Highest offer: 239,827
         Currency: GBP
         Excluding VAT: Yes

      
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
         
         Compliance with specification, substantial experience of similar services and breadth of services offered within scope, on-going training and staff development - 45
         Price, including transparency concerning the levels of fees and absolute clarity as to any fee increases beyond 2015/16 - 30
         Presentation to evaluation panel including output from question and answer session; site visits to tenderers control rooms - 15
         Excellent service delivery record supported by references from other clients - 10
         
      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: UCS027         
      IV.3.2)Previous publication(s) concerning the same contract: No


Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: UCS 027

      V.1)Date Of Contract Award: 24/06/2014      
      V.2) Information About Offers
         Number Of Offers Received: 12          
         Number Of Offers Received By Electronic Means: 12       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: GSL Dardan Limited
         Postal address: Brooke House, John Hyrne Way, Longwater Business Park
         Town: Norwich
         Postal code: NR5 0AF
         Country: United Kingdom
         Email: info@dardansecurity.co.uk
         Telephone: +44 1603447000
         Internet address: www.dardansecurity.co.uk
      V.4)Information On Value Of Contract
         Total final value of the contract
            Lowest offer: 203,815 /Highest offer: 311,127
            Currency: GBP
         If annual or monthly value:
            Number of years: 3
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No


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: No
   
   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.

Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
The information and/or documents for this opportunity are available on https://www.delta-esourcing.com/delta. 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 your Response Manager and add the following Access Code shown below at the end of the web address. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is as declared above . Please ensure that you allow yourself plenty of time when responding to this invitation prior to the closing date and time, especially if you have been asked to upload documents.
If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=106108736
GO-2014716-PRO-5818673 TKR-2014716-PRO-5818672   
   VI.3.1)Body responsible for appeal procedures:
      University Campus Suffolk
      Waterfront Building, Neptune Quay, Ipswich, IP4 1QJ, United Kingdom
      Tel. +44 1473338350, Email: procurement@ucs.ac.uk, URL: http://www.ucs.ac.uk
   VI.3.2)Lodging of appeals: UCS will incorporate a minimum of 10 calendar days standstill period at the point information on award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 days before expiry of the standstill period. Such additional information should be requested from the address given at I.1.    
   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: 16/07/2014