Section one: Contracting authority
one.1) Name and addresses
Kirklees Council
Ramsden St, Town Hall, Huddersfield HD1 2TA
Huddersfield
HD1 2TA
Contact
Procurement
Telephone
+44 1484221000
Country
United Kingdom
Region code
UKE44 - Calderdale and Kirklees
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://yortender.eu-supply.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://yortender.eu-supply.com
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
Commercial and Corporate Security Services
Reference number
KMCFM-031
two.1.2) Main CPV code
- 79710000 - Security services
two.1.3) Type of contract
Services
two.1.4) Short description
Tenders are invited by the Council from Service Providers with relevant experience and ability to demonstrate sufficient capacity for the provision of Commercial & Corporate Security Services. The Services include the provision of staff to carry out mobile patrolling duties, key holding, locking and unlocking of Council owned premises.
two.1.5) Estimated total value
Value excluding VAT: £1,350,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 75241000 - Public security services
- 79700000 - Investigation and security services
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
Main site or place of performance
Geographical Area of Kirklees
two.2.4) Description of the procurement
Tenders are invited by the Council from Service Providers with relevant experience and ability to demonstrate sufficient capacity for the provision of Commercial & Corporate Security Services. The Services include the provision of staff to carry out mobile patrolling duties, key holding, locking and unlocking of Council owned premises.
The anticipated expiry date for the Contract is 23rd October 2026, with the option to extend the Contract by up to a maximum of two (2) further twenty-four (24) month periods until 23rd October 2030.
The opportunity will be published and is available to access free of charge on YORtender - https://yortender.eu-supply.com
two.2.5) Award criteria
Quality criterion - Name: Quality Award Criteria / Weighting: 60
Quality criterion - Name: Social Value Award Criteria / Weighting: 10
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £1,350,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
24 October 2024
End date
23 October 2026
This contract is subject to renewal
Yes
Description of renewals
Provision to extend the Contract by up to a maximum of two (2) further twenty-four (24) month periods until 23rd October 2030.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Contract Period: 24th October 2024 to 23rd October 2026, with provision to extend for a further two (2) occasions of twenty-four (24) month periods (ending 23rd October 2028 or 23rd October 2030)
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
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
12 September 2024
Local time
1:00pm
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
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
12 September 2024
Local time
1:01pm
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.3) Additional information
Provided that the tender is submitted fully in accordance with the requirements set out within the Specification and the remaining sections of the procurement documents, the contracts will be awarded on the basis of the Most Economically Advantageous Tender based on the evaluation criteria contained within the procurement documents.
Further specifics on the award criteria can be found in the procurement documentation that is available to access at https://yortender.eu-supply.com
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with Regulation 86 (Notices of decisions to award a contract or conclude a Framework),Regulation 87 (Standstill periods) and Chapter 6 (Applications to Court) of the Public Contracts Regulations 2015 (SI 2015/102), the contracting authority incorporated a minimum ten (10) calendar day standstill period at the point that information on the award of the Contract was communicated to economic operators. This period allowed any unsuccessful economic operator(s) to seek further debriefing from the contracting authority before the award of the Contract to the successful economic operators. Such additional information should be requested from the address at Sections I.1 and I.3 of this Notice above. If an appeal regarding the award of the Contract has not been successfully resolved, then the Public Contracts Regulations 2015 (SI 2015/102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within thirty (30) days beginning with the date when the aggrieved party first knew or sought to have grounds for starting the proceedings had arisen.The Court may extend the time limited for starting proceedings where the Court considers that there is a good reason for doing so, but not so as to permit proceedings to be started more than three (3)months after that date.
Where the Contract has not been awarded, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If however the Contract has been awarded, the Court may only award damages or, where the contract award procedures have not been followed correctly,declare the Contract to be ineffective.