Section one: Contracting authority
one.1) Name and addresses
Hudson Outsourcing Limited (C/O Alder King & Monmouthshire County Council)
Harewood House, Bowburn North Industrial Estate
Durham
DH65PF
daniel.gibson@hudsonoutsourcing.com
Telephone
+44 2030512217
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.hudsonoutsourcing.com/en_gb/
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA84098
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.sell2wales.gov.wales
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.sell2wales.gov.wales
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
Security Services - Caldicot & Newport
two.1.2) Main CPV code
- 79710000 - Security services
two.1.3) Type of contract
Services
two.1.4) Short description
Security guarding services including on-site and mobile patrols to two locations in Caldicot (Castlegate Business Park) and Newport (Newport Leisure Park). Further details are contained within the SQ documents.
two.1.5) Estimated total value
Value excluding VAT: £700,000
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
- UKL - Wales
Main site or place of performance
Caldicot, NP26 5YR & Newport NP19 4QQ
two.2.4) Description of the procurement
Appointment of a security services contractor to provide a range of security services to two locations in Caldicot & Newport. Further details are contained within the SQ documents.
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: £700,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The initial contract will be for a period of 3 years, with the option to extend by two 12-month periods, meaning the contract could run for a total of 5 years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Further rationale is provided within the tender documents.
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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
14 July 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
1 August 2023
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)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2028
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=132351.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
As per Monmouth County Council standard
(WA Ref:132351)
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom