Section one: Contracting authority
one.1) Name and addresses
Ashdown Phillips Tootal Buildings
Broadhurst House, 56 Oxford St
Manchester
M1 6EU
tenders@litmuspartnership.co.uk
Telephone
+44 1276673880
Country
United Kingdom
Region code
UKD3 - Greater Manchester
Internet address(es)
Main address
https://www.thetootalbuildings.co.uk/
one.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-Manchester:-Security-services./2T5D82248X
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Other type
Privated limited company
one.5) Main activity
Other activity
Specialist Property Management Company
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Ashdown Phillips Tootal Buildings ~ Security Tender
two.1.2) Main CPV code
- 79710000 - Security services
two.1.3) Type of contract
Services
two.1.4) Short description
The Tootal Buildings are located in the vibrant and exciting neighbourhood of Manchester’s Oxford Road Corridor in Central Manchester. Together they form two iconic grade II listed inter-linked buildings.
two.1.5) Estimated total value
Value excluding VAT: £1
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
Main site or place of performance
Greater Manchester
two.2.4) Description of the procurement
The building:
The Tootal Buildings are located in the vibrant and exciting neighbourhood of Manchester’s Oxford Road Corridor in Central Manchester. Together they form two iconic grade II listed inter-linked buildings.
The buildings have been transformed to provide Manchester with a sustainable, modern workspace and quality amenities. (Home - The Tootal Buildings)
Scope:
Ashdown Phillips and Partners Ltd on behalf of our client are seeking proposals from security specialist to provide the following services:
Security and Concierge Primary Duties
•Offer a warm and professional welcome to visitors
•Oversee the safe-keeping of the building’s keys to allow access for maintenance and repairs when necessary
•Contribute to the maintenance of the building by reporting faults or damage to fixtures and fittings
•Oversee deliveries and directing Couriers
•Act as a first point of contact for any queries and complaints
•Deal with lost property and locating missing items
•Liaise with housekeeping and cleaning staff to ensure that safety and cleanliness standards are maintained
•IAuditor to be completed daily,
•Open and lock up.
•Monitor CCTV
Courtyard Main Duties
•Act as a first point of contact for visitors and tenants
•Offer a warm and professional welcome to visitors
•Monitor access / egress to ensure that any people entering the building via the courtyard are authorised to do so.
•Oversee Deliveries and directing Couriers
•Booking visitors in and out
•Keep security log in DOB
•Open and lock up
Operating Hours
Broadhurst Reception x 1 Officer
•0700-1600hrs Monday to Friday
•1600-1800hrs Monday to Friday
•Closed – Saturday & Sunday
Lee House Reception x 1 Officer
•0800-1700 hrs Monday to Friday
•1700-2200 hrs Monday to Friday
•2200-0800 hrs Monday to Friday
•0800-2000 hrs Saturday & Sunday
•2000-0800 hrs Saturday & Sunday
Courtyard x 1 officer
•0600-1800 hrs Monday to Friday
PLEASE NOTE:
No value specified for the contract at PQQ Stage
The actual tenders closes on the 26th July at 12:00pm
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2023
End date
30 September 2026
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 10
Objective criteria for choosing the limited number of candidates:
A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage
two.2.10) Information about variants
Variants will be accepted: Yes
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
To respond to this opportunity please click here: https://litmustms.co.uk/respond/2T5D82248X
Section three. Legal, economic, financial and technical information
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
three.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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
Accelerated procedure
Justification:
Due to start of contract date
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
27 July 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
3 August 2023
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.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.
It will be the supplier's responsibility to obtain any necessary documents in order to submit a response by the closing date and time. The contracting authority reserves the right not to award any or part of the contract which is the subject of this contract notice and reserves the right to terminate the procurement process at any time. The contracting authority will not be liable for any costs incurred by those expressing an interest in tendering for this contract opportunity. The contracting authority will consider variant bids, evaluating them (so far as the variant or the evaluation of the variant is in the opinion of the contracting authority practicable) on the same basis as a conforming bid, but shall not be obliged to accept any such bid in preference to a conforming bid even if the variant bid scores more highly. No variant will be considered unless the bidder simultaneously submits a conforming bid.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://litmustms.co.uk/tenders/UK-UK-Manchester:-Security-services./2T5D82248X" target="_blank">https://litmustms.co.uk/tenders/UK-UK-Manchester:-Security-services./2T5D82248X
To respond to this opportunity, please click here:
https://litmustms.co.uk/respond/2T5D82248X" target="_blank">https://litmustms.co.uk/respond/2T5D82248X
GO Reference: GO-2023712-PRO-23392837
six.4) Procedures for review
six.4.1) Review body
Ashdown Phillips Tootal Buildings
Broadhurst House, 56 Oxford St
Manchester
M1 6EU
Country
United Kingdom