Contract

Provision of Security Services

  • The Borough Council of Calderdale

F03: Contract award notice

Notice identifier: 2022/S 000-028536

Procurement identifier (OCID): ocds-h6vhtk-03392b

Published 11 October 2022, 12:37pm



Section one: Contracting authority

one.1) Name and addresses

The Borough Council of Calderdale

Town Hall, Crossley Street

Halifax

HX1 1UJ

Contact

Lucy Beever

Email

Lucy.Beever@calderdale.gov.uk

Country

United Kingdom

Region code

UKE44 - Calderdale and Kirklees

National registration number

184 3147 61

Internet address(es)

Main address

https://www.calderdale.gov.uk/v2

Buyer's address

https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/103251

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

Provision of Security Services

two.1.2) Main CPV code

  • 79710000 - Security services

two.1.3) Type of contract

Services

two.1.4) Short description

The Borough Council of Calderdale invites you to submit a Tender for the provision of security services across the Council’s estate. The Council requires one supplier to provide the following: intruder alarm maintenance and intruder alarm and fire alarm monitoring, keyholding and response and manned guarding. The Council also requires prices for Lock-Ups. The Council does not anticipate Lock-Ups to be included in the contract initially but it may be added to the contract with the winning Tenderer, at the Council’s discretion, at any time during its term.

An accompanied site visit is a condition of tender at which Tenderers will visit 2 to 3 properties of varying size and systems in order to give Tenderers an idea of the Council’s estate.

The contract with the winning Tenderer will be for an initial period of 3 years (anticipated start date being 1 October 2022) with the option to extend by a period or periods of up to 2 years, exercisable at the sole discretion of the Council.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £800,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 79710000 - Security services
  • 35121700 - Alarm systems
  • 79711000 - Alarm-monitoring services
  • 79713000 - Guard services
  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees

two.2.4) Description of the procurement

The Borough Council of Calderdale (“the Council”) invites you to submit a Tender for the provision of security services across the Council’s estate. The Council requires one supplier to provide the following services; intruder alarm maintenance and intruder alarm and fire alarm monitoring, keyholding and response and manned guarding.

Intruder alarm maintenance includes servicing on over 70 buildings and includes remedial repairs. Intruder alarm and fire alarm monitoring is also required via the winning Tenderer’s alarm receiving monitoring station.

Keyholding and response is required on over 60 Council buildings.

Manned guarding - this service includes a full-time guard at Halifax Borough Market, a manned guard when transporting and wearing the mayoral civic insignia and ad hoc guarding requirements.

The Council also requires prices for Lock-Ups. The Council does not anticipate Lock-Ups to be included in the contract initially but it may be added to the contract with the winning Tenderer, at the Council’s discretion, at any time during its term. The estimated value of Lock-Ups has been included in the £900,000 estimated total value of this procurement.

Full details of all of the Council’s requirements can be found within the specification documents.

A site visit is a condition of tender in which suppliers will visit 2 to 3 properties of varying size and systems in order to give prospective suppliers an idea of the Council's estate. Tenderers are referred to the Invitation to Tender for further information.

The contract with the winning Tenderer will be for an initial period of 3 years (anticipated start date being 1 October 2022) with the option to extend by a period or periods of up to 2 years, exercisable at the sole discretion of the Council.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Cost / Weighting: 40

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 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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-012941


Section five. Award of contract

Contract No

1

Title

Provision of Security Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 September 2022

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received by electronic means: 6

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Gough and Kelly Limited

Unit 2 Railsfield Mount, Bramley

Leeds

Ls13 3ax

Email

ian.crawford@gough-kelly.co.uk

Telephone

+44 08448807100

Fax

+44 08448807101

Country

United Kingdom

NUTS code
  • UKE44 - Calderdale and Kirklees
National registration number

2274521

Internet address

http://www.gough-kelly.co.uk

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £800,000


Section six. Complementary information

six.3) Additional information

Tenderers are asked to note that one of the procurement documents (Appendix A of the Council’s specifications) contains confidential information concerning the Council’s intruder alarm systems. In order to obtain a copy of Appendix A, Tenderers will first be required to enter into a Non-Disclosure Agreement with the Council. Tenderers are referred to sections 1.4 to 1.12 of the Invitation to Tender document for further details.

In light of the above, the time limit for the submission of Tenders has been prolonged by 5 days in accordance with regulation 53(5) of the Public Contracts Regulations 2015.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Strand

London

WC2A 2LL

Email

tcc.issue@justice.gov.uk

Telephone

+44 2079476112

Country

United Kingdom

Internet address

https://www.judiciary.uk/