Section one: Contracting authority
one.1) Name and addresses
Leicester City Council
City Hall (4th Floor), 115 Charles Street
Leicester
LE1 1FZ
Contact
Procurement Services
Telephone
+44 1164544020
Country
United Kingdom
Region code
UKF21 - Leicester
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Procurer/Advert/View?advertId=a457d17c-1987-ef11-8130-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Procurer/Advert/View?advertId=a457d17c-1987-ef11-8130-005056b64545
one.4) Type of the contracting authority
Regional or local Agency/Office
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
PAN3154 - Premises Security Services
Reference number
DN729530
two.1.2) Main CPV code
- 79710000 - Security services
two.1.3) Type of contract
Services
two.1.4) Short description
Leicester City Council wishes to appoint Supplier(s) who have the necessary skills, expertise and proven experience to deliver security services across a range of the Authority’s estate and to provide cover for in-house security teams. The requirement has been split into the following two lots:
- Lot 1 – Keyholding, opening and closing, and out of hours call-outs
- Lot 2 – Manned Guarding
The proposed Contract will be for two (2) years with an option to extend for a period or periods totalling no more than a further three (3) years taking the contract term to a maximum of five (5) years. Any subsequent extension to the contract will be subject to satisfactory performance of the selected Supplier and budget availability.
To tender: (a) Go to www.eastmidstenders.org, (b) Register (c) Search for tender opportunity ‘PAN3154’ d) Express an interest (e) Download the tender from the website.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Keyholding, opening and closing, and out of hours call-outs
Lot No
1
two.2.2) Additional CPV code(s)
- 75241000 - Public security services
two.2.3) Place of performance
NUTS codes
- UKF21 - Leicester
two.2.4) Description of the procurement
This Lot includes, but is not limited to, the following types of security services required by the Authority:
1. Key Holding
2. Un-locking Sites
3. Securing Sites
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 75%
Price - Weighting: 25%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 March 2025
This contract is subject to renewal
Yes
Description of renewals
The proposed Contract will be for two (2) years with an option to extend for a period or periods totalling no more than a further three (3) years taking the contract term to a maximum of five (5) years. Any subsequent extension to the contract will be subject to satisfactory performance of the selected Supplier and budget availability.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The proposed Contract will be for two (2) years with an option to extend for a period or periods totalling no more than a further three (3) years taking the contract term to a maximum of five (5) years. Any subsequent extension to the contract will be subject to satisfactory performance of the selected Supplier and budget availability.
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) Description
two.2.1) Title
Manned Guarding
Lot No
2
two.2.2) Additional CPV code(s)
- 79713000 - Guard services
two.2.3) Place of performance
NUTS codes
- UKF21 - Leicester
two.2.4) Description of the procurement
This Lot includes, but is not limited to, the following types of manned guarding services required by the Authority:
1. Security & Reception
2. Car Parks
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 75%
Price - Weighting: 25%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 March 2025
This contract is subject to renewal
Yes
Description of renewals
The proposed Contract will be for two (2) years with an option to extend for a period or periods totalling no more than a further three (3) years taking the contract term to a maximum of five (5) years. Any subsequent extension to the contract will be subject to satisfactory performance of the selected Supplier and budget availability.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The proposed Contract will be for two (2) years with an option to extend for a period or periods totalling no more than a further three (3) years taking the contract term to a maximum of five (5) years. Any subsequent extension to the contract will be subject to satisfactory performance of the selected Supplier and budget availability.
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.1.2) 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
11 November 2024
Local time
12:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
11 November 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
Construction and Technology Court (King's Bench Division)
Birmingham
B4 6DS
Country
United Kingdom