Section one: Contracting authority
one.1) Name and addresses
Kirklees Council
Town Hall,Ramsden Street,
Huddersfield
HD1 2TA
Contact
Corporate Procurement
Telephone
+44 1484221000
Country
United Kingdom
NUTS code
UKE44 - Calderdale and Kirklees
National registration number
GB184352457
Internet address(es)
Main address
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.