Section one: Contracting authority
one.1) Name and addresses
St George's, University of London
Cranmer Terrace, London SW17 0RE
London
KT2 6TN
Contact
Adrian Powici
Telephone
+44 2084175118
Country
United Kingdom
NUTS code
UKI34 - Wandsworth
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/kingstonuniversity/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/kingstonuniversity/aspx/Home
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Security Services Contract for St Georges’s University of London
Reference number
CPU-SG-UK-540-AP-2021
two.1.2) Main CPV code
- 79710000 - Security services
two.1.3) Type of contract
Services
two.1.4) Short description
The Service Provider shall provide a comprehensive security service for managing security services on the Premise that shall include but not be limited to the following elements:(i). Provision of security guards(ii). vetting and training of Security Staff, in accordance with the Security Industry Authority ("SIA"); (iii). responding to security incidents;(iv). patrols;(v). surveillance and monitoring systems e.g. alarms, closed circuit television;(vi). escort duties;(vii). responding to disaster/emergency contingency plans;(viii). control of access;(ix). incident reporting(x). CCTV operation;(xi). crime reduction; and(xii). lost property management.
two.1.5) Estimated total value
Value excluding VAT: £4,764,000
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
- UKI34 - Wandsworth
two.2.4) Description of the procurement
This tender will be conducted in the following key stages: 1. Selection Questionnaire (verifying the suitability of potential bidders) 2. Request for Proposals3. Negotiation with shortlisted suppliers4. 10-day standstill period5. Contract AwardThe value of this contract is set and will be communicated to all bidders. The tenders will not be judged on cost, with the exception of the prices proposed for additional services. Instead, all tenders will be judged on quality, including their approach to optimising the security guards’ conditions of employment.The minimum employment terms and conditions for the security guards have been stipulated within the tender documentation. However, each short-listed bidder is given the opportunity to offer enhancements within the budget envelope provided. These will discussed during the negotiation stage with the shortlisted suppliers.
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
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
There is an option to extend the original contract duration by twelve (12) months on two (2) occasions.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
The company must be part of:1. The British Security Association (BSIA)2. The Approved Contractor Scheme (ASC) as offered by the Security Industry Authority ("SIA") 3 All security staff must have a valid and relevant Security Industry Authority ("SIA") licence
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.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
The company must be part of:1. The British Security Association (BSIA)2. The Approved Contractor Scheme (ASC) as offered by the Security Industry Authority ("SIA") 3 All security staff must have a valid and relevant Security Industry Authority ("SIA") licence
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
18 October 2021
Local time
12:00pm
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.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
St George's University, London
Cranmer Terrace
London
SW17 0RE
Country
United Kingdom