Shropshire Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | RMCB 053 - The Provision of Security at Darwin Shopping Centre |
Notice type: | Contract Notice |
Authority: | Shropshire Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The Provision of Security at the Darwin Shopping Centre. The appointment will be for 3 years, with an option to extend for a further two year period. |
Published: | 09/09/2024 10:21 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Shropshire Council
Shirehall, Shrewsbury, SY2 6ND, United Kingdom
Tel. +44 1743252992, Email: procurement@shropshire.gov.uk
Contact: Procurement team
Main Address: https://www.shropshire.gov.uk
NUTS Code: UKG22
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: https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Public-security-services./Y5MHE9AK25
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: RMCB 053 - The Provision of Security at Darwin Shopping Centre
Reference Number: RMCB 053
II.1.2) Main CPV Code:
75241000 - Public security services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Provision of Security at the Darwin Shopping Centre. The appointment will be for 3 years, with an option to extend for a further two year period.
II.1.5) Estimated total value:
Value excluding VAT: 2,500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKG22 Shropshire CC
II.2.4) Description of procurement: To review the current Security service at Charles Darwin Shopping Centre with recommendations for changes to operating schedules are encouraged where you believe improvements / cost savings may be made. Any equipment deemed necessary to achieve the required standards must be provided by the contractor and costs recovered throughout the term of the contract. Tenders will include a full cost breakdown, equipment information, operational plan, start-up programme, health and safety policies, management supervision, reporting and measuring tools and relevant training policy on any equipment which will be beneficial or economical.
The Cleaning & M&E team are now in house and will not form part of the contract, however, it is expected that the security provider will work closely with these departments to ensure the Shopping centre operates safely.
We are looking to work in partnership with the incoming provider to reduce the impact of our property on the environment and promote sustainability with the aim to enter industry recognised awards. Certification to ISO 14001/18001 or higher (or equivalent) is necessary to fulfil these criteria.
The appointment will be for 3 years, commencing on 1 January 2025 with an option to extend for a further two year period. The value of this contract is approx.. £500k per annum.
It is believed that a TUPE transfer of the current team will apply in the award of the contract but bidders must take their own advice in this regard.
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: 2,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/10/2024 / End: 30/09/2027
This contract is subject to renewal: Yes
Description of renewals: Option to extend for a two year period after the Initial term of 3 years
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 click here: https://www.delta-esourcing.com/respond/Y5MHE9AK25
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:
See tender documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
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
Selection criteria as stated in the procurement documents
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: Yes
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: Yes
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: 07/11/2024 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:
Duration in month(s): 3
IV.2.7) Conditions for opening of tenders:
Date: 27/11/2024
Time: 12:00
Place:
Shrewsbury, Shropshire
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 3 or 5 years
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Public-security-services./Y5MHE9AK25
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/Y5MHE9AK25
VI.4) Procedures for review
VI.4.1) Review body:
Shropshire Council
Shrewsbury, United Kingdom
Tel. +44 1743252993
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: 09/09/2024
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Shropshire Council
Shirehall, Shrewsbury, SY2 6ND, United Kingdom
Tel. +44 1743252992, Email: procurement@shropshire.gov.uk
Contact: Procurement team
Main Address: https://www.shropshire.gov.uk
NUTS Code: UKG22
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: RMCB 053 - The Provision of Security at Darwin Shopping Centre
Reference number: RMCB 053
II.1.2) Main CPV code:
75241000 - Public security services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: This is an award notice for the provision of Security and Cleaning Services at Darwin Shopping Centre
The appointment will be for 3 years, with an option to extend for a further two year period.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 3,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKG22 - Shropshire CC
Main site or place of performance:
Shropshire CC
II.2.4) Description of the procurement: This is an award notice for the provision of Security and Cleaning Services at Darwin Shopping Centre
The appointment will be for 3 years, commencing on 1 January 2025 with an option to extend for a further two year period.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
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: The total value stated is the approximate value for the whole duration of the contract including extension periods.
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: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2024/S 000-028762
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: 06/12/2024
V.2.2) Information about tenders
Number of tenders received: 26
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: 26
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Westgrove Support Services Ltd, 09215403
940 Lakeside Drive, Centre Park, Warrington, WA1 1QY, United Kingdom
NUTS Code: UKD6
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: Not Provided
Total value of the contract/lot: 3,000,000
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 was 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=905100430
VI.4) Procedures for review
VI.4.1) Review body
Shropshire Council
Shrewsbury, United Kingdom
Tel. +44 1743252993
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: 06/01/2025