Tender

Security Services Contract for St Georges’s University of London

  • St George's, University of London

F02: Contract notice

Notice identifier: 2021/S 000-022696

Procurement identifier (OCID): ocds-h6vhtk-02e017

Published 13 September 2021, 3:26pm



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

Email

a.powici@sgul.ac.uk

Telephone

+44 2084175118

Country

United Kingdom

NUTS code

UKI34 - Wandsworth

Internet address(es)

Main address

https://www.sgul.ac.uk/

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

Email

a.powici@sgul.ac.uk

Country

United Kingdom