Section one: Contracting authority
one.1) Name and addresses
The Borough Council of Calderdale
Town Hall, Crossley Street
Halifax
HX1 1UJ
Country
United Kingdom
NUTS code
UKE44 - Calderdale and Kirklees
National registration number
184 3147 61
Internet address(es)
Main address
https://www.calderdale.gov.uk/v2
Buyer's address
https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/103251
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=47148&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=47148&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
Provision of Security Services
two.1.2) Main CPV code
- 79710000 - Security services
two.1.3) Type of contract
Services
two.1.4) Short description
The Borough Council of Calderdale invites you to submit a Tender for the provision of security services across the Council’s estate. The Council requires one supplier to provide the following: intruder alarm maintenance and intruder alarm and fire alarm monitoring, keyholding and response and manned guarding. The Council also requires prices for Lock-Ups. The Council does not anticipate Lock-Ups to be included in the contract initially but it may be added to the contract with the winning Tenderer, at the Council’s discretion, at any time during its term.
An accompanied site visit is a condition of tender at which Tenderers will visit 2 to 3 properties of varying size and systems in order to give Tenderers an idea of the Council’s estate.
The contract with the winning Tenderer will be for an initial period of 3 years (anticipated start date being 1 October 2022) with the option to extend by a period or periods of up to 2 years, exercisable at the sole discretion of the Council.
two.1.5) Estimated total value
Value excluding VAT: £900,000
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
- 35121700 - Alarm systems
- 79711000 - Alarm-monitoring services
- 79713000 - Guard services
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
two.2.4) Description of the procurement
The Borough Council of Calderdale (“the Council”) invites you to submit a Tender for the provision of security services across the Council’s estate. The Council requires one supplier to provide the following services; intruder alarm maintenance and intruder alarm and fire alarm monitoring, keyholding and response and manned guarding.
Intruder alarm maintenance includes servicing on over 70 buildings and includes remedial repairs. Intruder alarm and fire alarm monitoring is also required via the winning Tenderer’s alarm receiving monitoring station.
Keyholding and response is required on over 60 Council buildings.
Manned guarding - this service includes a full-time guard at Halifax Borough Market, a manned guard when transporting and wearing the mayoral civic insignia and ad hoc guarding requirements.
The Council also requires prices for Lock-Ups. The Council does not anticipate Lock-Ups to be included in the contract initially but it may be added to the contract with the winning Tenderer, at the Council’s discretion, at any time during its term. The estimated value of Lock-Ups has been included in the £900,000 estimated total value of this procurement.
Full details of all of the Council’s requirements can be found within the specification documents.
A site visit is a condition of tender in which suppliers will visit 2 to 3 properties of varying size and systems in order to give prospective suppliers an idea of the Council's estate. Tenderers are referred to the Invitation to Tender for further information.
The contract with the winning Tenderer will be for an initial period of 3 years (anticipated start date being 1 October 2022) with the option to extend by a period or periods of up to 2 years, exercisable at the sole discretion of the Council.
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: £900,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2022
End date
30 September 2027
This contract is subject to renewal
Yes
Description of renewals
The contract is for 3 years with the option to extend by a period or periods of up to 2 years
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
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The terms and conditions for this contract are included with the procurement documents
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.2.2) Time limit for receipt of tenders or requests to participate
Date
8 July 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
Tender must be valid until: 6 October 2022
four.2.7) Conditions for opening of tenders
Date
8 July 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Tenderers are asked to note that one of the procurement documents (Appendix A of the Council’s specifications) contains confidential information concerning the Council’s intruder alarm systems. In order to obtain a copy of Appendix A, Tenderers will first be required to enter into a Non-Disclosure Agreement with the Council. Tenderers are referred to sections 1.4 to 1.12 of the Invitation to Tender document for further details.
In light of the above, the time limit for the submission of Tenders has been prolonged by 5 days in accordance with regulation 53(5) of the Public Contracts Regulations 2015.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Strand
London
WC2A 2LL
Telephone
+44 2079476112
Country
United Kingdom