Section one: Contracting authority
one.1) Name and addresses
Highlands and Islands Enterprise
An Lòchran, 10 Inverness Campus
Inverness
IV2 5NA
Telephone
+44 1463245245
Country
United Kingdom
NUTS code
UKM6 - Highlands and Islands
National registration number
313
Internet address(es)
Main address
Buyer's address
http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00313
one.1) Name and addresses
Inverness Campus Owners Association
C/O Highlands and Islands Enterprise, An Lòchran,
Inverness Campus, Inverness
IV2 5NA
Telephone
+44 1463245245
Country
United Kingdom
NUTS code
UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Internet address(es)
Main address
http://www.invernesscampus.co.uk/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA23323
one.2) Information about joint procurement
The contract involves joint procurement
one.4) Type of the contracting authority
Regional or local Agency/Office
one.5) Main activity
Economic and financial affairs
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Facilities Management Services - Lot 5 Security Services
Reference number
FTS 021
two.1.2) Main CPV code
- 79710000 - Security services
two.1.3) Type of contract
Services
two.1.4) Short description
THIS IS A CONTRACT AWARD NOTICE AND AS SUCH THE PROCUREMENT PROCESS IS COMPLETE.
HIE are seeking suitably qualified and experienced suppliers to provide the Facilities Management Services covering a range of services for the buildings within the Inverness Campus (both owned by HIE and/or co-owned by HIE and the University of the Highlands and Islands (UHI); the common areas of the Campus (which are the responsibility of the ICOA) with some services also being for HIE Area Offices.
The requirements are being divided in to 5 Lots as follows:
- Lot 1 Planned Preventative Maintenance & Reactive Repairs Services
- Lot 2 Reception and Support Services
- Lot 3 Cleaning Services
- Lot 4 Waste Collection, Recycling and Management Services
- Lot 5 Security Services
THIS NOTICE RELATES TO LOT 5 SECURITY SERVICES.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £479,644.24
two.2) Description
two.2.2) Additional CPV code(s)
- 79713000 - Guard services
- 79715000 - Patrol services
two.2.3) Place of performance
NUTS codes
- UKM6 - Highlands and Islands
two.2.4) Description of the procurement
HIE requires a suitably qualified and experienced supplier to provide security services for An Lochran, LSIC, Aurora House, Solasta House and Inverness Campus as detailed in the tender documentation.
This service will include foot patrols, CCTV monitoring and keyholding services at the applicable locations and can generally be split into separate specifications to cover Inverness Campus and the buildings. The objective is to procure a single security service to cover activities across all locations, and we would anticipate cost efficiencies as well as better service could be achieved, for example a reduction in alarm response times.
The initial 3 year budget currently available to deliver this service is between GBP 333,000 and GBP 444,000 (excluding VAT).
Contracts will be managed and administrated by HIE for other parties including, for example UHI (who will not be entering in to direct contracts with suppliers).
The contract will commence on 1st April 2023 for an initial period of 3 years to 31st March 2026, with HIE having the option to extend for a period or periods together not exceeding 1 year following the Initial Term with the 4 year expiry date being 31st March 2027.
See Tender documentation for full details.
two.2.5) Award criteria
Quality criterion - Name: Community Benefits & Wealthbuilding - Themes Offered / Weighting: Pass/Fail
Quality criterion - Name: Community Benefits & Wealthbuilding - Monitoring and Reporting / Weighting: 5%
Quality criterion - Name: Fair Work Practices - Payment of Real Living Wage / Weighting: Pass/Fail
Quality criterion - Name: Fair Work Practices- Practices and Approach / Weighting: 5%
Quality criterion - Name: Sustainability and Net Zero / Weighting: 5%
Quality criterion - Name: Management & Delivery Methodology / Weighting: 25%
Quality criterion - Name: Management & Delivery Team / Weighting: 20%
Price - Weighting: 40%
two.2.11) Information about options
Options: Yes
Description of options
HIE reserves the right, on giving reasonable written notice from time to time, to require changes to the Services (whether by way of the removal of Services, the addition of new Services, or increasing or decreasing the Services or specifying the order in which the Services are to be performed or the locations where the Services are to be provided). HIE shall not require any such change other than where it is permitted by Regulation 72 of the Public Contracts (Scotland) Regulations 2015.
In accordance with Regulation 72(1)(a) of the Public Contracts (Scotland) Regulations 2015, HIE reserves the right to make changes to the volume, scope or location of the Services to be supplied under the Contract following a review of the Services by HIE, particularly with regard to demand and budgetary availability or where HIE’s strategic focus changes as a result of changes in Scottish Government policy or as a result of a direction given to them by the Scottish Government. This may result in amendments to existing requirements under the Contracts.
Contract modifications may include (but are not limited to):
- Changes to building occupancy or activities which results in an increased or decreased security service requirement.
- Changes in lease agreements or occupancy which lead to areas being permanently or temporarily vacant.
- Requests from occupiers or tenants to increase service provision.
- Addition or removal of buildings within the Campus.
- Additional patrol frequencies (either by vehicle or foot at night) for safety and security purposes at the Campus or individual sites.
- Addition of a building opening service
- Requirement for a physical 24 hour security presence at the Campus
- Requirement for an additional guard on either day or night duties
- Removal of CCTV monitoring (either day, night or 24 hours) for monitoring by Police/Local Authority.
- Changes to HIE’s available budget to deliver these services.
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-026427
Section five. Award of contract
Contract No
FTS 021
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
21 February 2023
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Profile Security Services Limited
Stable Yard, Walk House Farm,
Barrow Upon Humber
DN19 7DZ
Country
United Kingdom
NUTS code
- UKF3 - Lincolnshire
National registration number
02371997
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £479,644.24
Section six. Complementary information
six.3) Additional information
It is estimated that the total value of the services over the 4 year duration will be GBP 479,644.24 (excluding VAT). This is the figure which has been used in II.1.7 & V.2.4.
It should be noted that this figure cannot be fully determined due to the reactive nature of some services. Therefore the figure is based on HIEs best estimates at this time.
(SC Ref:716460)
six.4) Procedures for review
six.4.1) Review body
Inverness Sheriff Court and Justice of the Peace Court
The Inverness Justice Centre, Longman Road
Inverness
IV1 1AH
Telephone
+44 1463230782
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014 , may bring proceedings in the Sheriff Court or the Court of Session.