Section one: Contracting authority
one.1) Name and addresses
Scarborough Borough Council
Town Hall, St Nicholas Street
Scarborough , North Yorkshire
YO11 2HG
Contact
David Gomersall
david.gomersall@scarborough.gov.uk
Telephone
+44 1723232344
Country
United Kingdom
NUTS code
UKE2 - North Yorkshire
National registration number
GB 168 4442 44
Internet address(es)
Main address
https://www.scarborough.gov.uk/
Buyer's address
https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/104120
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=42247&B=UK
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=42247&B=UK
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework Contract for Security Services for the Scarborough Open Air Theatre and other Events
Reference number
484604 - SBC/006
two.1.2) Main CPV code
- 79710000 - Security services
two.1.3) Type of contract
Services
two.1.4) Short description
Scarborough Borough Council is conducting a competitive tender for the provision of Security for the Scarborough Open Air Theatre and the Armed Forces Day National Event (24-26 June 2022).
Contract Type and Term of Agreement
Framework contract for a period of 2 years with an option to extend for a further two year period, renewable annually (2+1+1).
Background
Scarborough Borough Council is the owner and operator of the Open Air Theatre. This season (2022) the Council is finalising an annual programme of acts and events that the Council wishes to hold at the venue. The Council will be granting a contract to one suitably qualified and experienced Company or organisation to provide security for the main events.
two.1.5) Estimated total value
Value excluding VAT: £650,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79710000 - Security services
two.2.3) Place of performance
NUTS codes
- UKE2 - North Yorkshire
Main site or place of performance
Scarborough Open Air Thetre
two.2.4) Description of the procurement
Scarborough Borough Council is conducting a competitive tender for the provision of Security for the Scarborough Open Air Theatre and the Armed Forces Day National Event (24-26 June 2022).
Contract Type and Term of Agreement
Framework contract for a period of 2 years with an option to extend for a further two year period, renewable annually (2+1+1).
Background
Scarborough Borough Council is the owner and operator of the Open Air Theatre. This season (2022) the Council is finalising an annual programme of acts and events that the Council wishes to hold at the venue. The Council will be granting a contract to one suitably qualified and experienced Company or organisation to provide security for the main events.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £650,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Subject to renewal
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Documents can be downloaded from the Councils tendering system : https://yortender.eu-supply.com/
Contract Reference: 48604 - SBC/006
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
10 February 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
10 February 2022
Local time
12:00pm
Place
Scarborough Borough Council
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: December 2024
six.4) Procedures for review
six.4.1) Review body
Scarborough Borough Council
St Nicholas Street
Scarborough
YO112HG
Telephone
+44 1723232323
Country
United Kingdom
Internet address
https://www.scarborough.gov.uk/
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures: In accordance with the Public Contracts Regulations 2015, the Council will incorporate a minimum 10 calendar day standstill period from the date information on the award of the contract is communicated to bidders.
six.4.4) Service from which information about the review procedure may be obtained
High Court of England and Wales
Royal Courts of Justice, Strand
London
WC2A 2LL
Country
United Kingdom