Tender

Provision of Security Services

  • Kirklees Council

F02: Contract notice

Notice identifier: 2021/S 000-030827

Procurement identifier (OCID): ocds-h6vhtk-02ffe2

Published 10 December 2021, 2:06pm



Section one: Contracting authority

one.1) Name and addresses

Kirklees Council

Town Hall,Ramsden Street,

Huddersfield

HD1 2TA

Contact

Corporate Procurement

Email

procurement@kirklees.gov.uk

Telephone

+44 1484221000

Country

United Kingdom

NUTS code

UKE44 - Calderdale and Kirklees

National registration number

GB184352457

Internet address(es)

Main address

http://www.kirklees.gov.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104104

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=40757&B=UK

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=40757&B=UK

Tenders or requests to participate must be submitted to the above-mentioned address

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

Reference number

KMCPRP-156

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 of the Borough of Kirklees (the “Council”) for the Provision of Security Services from Service Providers with relevant experience and ability to demonstrate sufficient capacity to suit the requirements as outlined within the tender documents.

The contract is split into 3 lots comprising;

Lot 1 – Commercial and Corporate Security

Lot 2 – Domestic Security*

Lot 3 – Events and Stewarding (the “Services”)

It is anticipated that the Contract is to commence in February 2022 and will expire in February 2024 with two possible twenty-four (24) month extension periods.

*Elements of the Lot 2 provision are subject to Council review and may not be required for contract extensions beyond the initial 2-year contract.

two.1.5) Estimated total value

Value excluding VAT: £3,150,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

Lot 1 - Commercial and Corporate Security

Lot No

1

two.2.2) Additional CPV code(s)

  • 75240000 - Public security, law and order services
  • 75241000 - Public security services

two.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees

two.2.4) Description of the procurement

Provision of staff to carry out mobile patrolling duties, key holding, locking and unlocking of Council owned premises.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £300,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

It is anticipated that the Contract has an initial service term of 48 months with two (2) possible forty-eight (48) month extension periods.

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

two.2.14) Additional information

Tenderers are required to complete one Tenderer Submission Document and one Pricing Schedule only to cover all Lots being tendered for. Please also submit a cover letter for each Lot being tendered for within the corresponding Lot.

two.2) Description

two.2.1) Title

Lot 2 - Domestic Security

Lot No

2

two.2.2) Additional CPV code(s)

  • 75240000 - Public security, law and order services
  • 75241000 - Public security services

two.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees

two.2.4) Description of the procurement

Provision of staff to provide CCTV, waking watch and concierge services for residents either on site or remotely.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £484,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

It is anticipated that the Contract has an initial service term of 48 months with two (2) possible forty-eight (48) month extension periods.

N.B. Elements of the Lot 2 provision are subject to Council review and may not be required for contract extensions beyond the initial 2-year contract.

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

two.2.14) Additional information

Tenderers are required to complete one Tenderer Submission Document and one Pricing Schedule only to cover all Lots being tendered for. Please also submit a cover letter for each Lot being tendered for within the corresponding Lot.

two.2) Description

two.2.1) Title

Lot 3 - Events and Stewarding

Lot No

3

two.2.2) Additional CPV code(s)

  • 75240000 - Public security, law and order services
  • 75241000 - Public security services
  • 79952000 - Event services

two.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees

two.2.4) Description of the procurement

Provision of staff to attend planned and ad-hoc events duties based on requirements of Council services and seasonal events.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £221,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

It is anticipated that the Contract has an initial service term of 48 months with two (2) possible forty-eight (48) month extension periods.

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

two.2.14) Additional information

Tenderers are required to complete one Tenderer Submission Document and one Pricing Schedule only to cover all Lots being tendered for. Please also submit a cover letter for each Lot being tendered for within the corresponding Lot.


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 minimal mandatory requirements for all Lots is a Security Industry Association (SIA) accreditation with a willingness to work towards Approved Contractor Scheme (ACS).

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

14 January 2022

Local time

10:00am

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

14 January 2022

Local time

10:00am

Information about authorised persons and opening procedure

A member of the Corporate Procurement Team who has not been involved with the Tender

process will open and record the electronic submissions received by the appointed time at

the same time and will record and verify all submissions before releasing them to the Project

and Evaluation Team.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Dependent on performance between 2 and 4 years.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

N/A

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 will incorporate a minimum ten (10) calendar day standstill period at the point that information on the award of the Contract is communicated to economic operators. This period allows 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.