Tender

WP3814 - Security Services

  • Walsall Metropolitan Borough Council

F02: Contract notice

Notice identifier: 2023/S 000-032918

Procurement identifier (OCID): ocds-h6vhtk-041669

Published 7 November 2023, 12:25pm



Section one: Contracting authority

one.1) Name and addresses

Walsall Metropolitan Borough Council

Civic Centre, Darwall Street,

Walsall

Contact

Julie Jones

Email

procurement@walsall.gov.uk

Country

United Kingdom

NUTS code

UKG38 - Walsall

Internet address(es)

Main address

www.walsall.gov.uk

Buyer's address

https://in-tendhost.co.uk/walsallcouncil

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/walsallcouncil

Additional information can be obtained from the above-mentioned address

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

WP3814 - Security Services

Reference number

WP3814

two.1.2) Main CPV code

  • 79710000 - Security services

two.1.3) Type of contract

Services

two.1.4) Short description

The Council wishes to procure the services of a suitably qualified and experienced provider to deliver Walsall Council’s operational security services to Council owned buildings and events under their control within the borough. The Council wishes to appoint one provider for the service outlined in the technical specification in these documents (Specification, at Part 03, Section A). These services shall be required to cover 24 hours/365-day period (for the benefit of any doubt, to include bank holidays).In relation to the Key Holding section (Sub Section 2) of the specification. The Council currently has 26 sites where key holding services are in place, however the Council is looking to increase this number. A list of these properties can be found at Schedule 2 of the specification.These services will be required to a range of Council owned and managed buildings (the ‘Council Premises’), a list of these properties has been issued (Appendix 3 – Master Address List) as part of

two.1.5) Estimated total value

Value excluding VAT: £290,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79710000 - Security services
  • 79711000 - Alarm-monitoring services
  • 79713000 - Guard services
  • 79715000 - Patrol services

two.2.3) Place of performance

NUTS codes
  • UKG38 - Walsall
Main site or place of performance

Walsall

two.2.4) Description of the procurement

The Council wishes to appoint one provider for the service outlined in the technical specification in these documents (Specification, at Part 03, Section A). These services shall be required to cover 24 hours/365-day period (for the benefit of any doubt, to include bank holidays). In relation to the Key Holding section (Sub Section 2) of the specification. The Council currently has 26 sites where key holding services are in place, however the Council is looking to increase this number. A list of these properties can be found at Schedule 2 of the specification. These services will be required to a range of Council owned and managed buildings (the ‘Council Premises’); a list of these properties has been issued (Appendix 4 – Master Address List) as part of these ITT documents. The Council reserves the right to add or remove properties to this list as changes to the property portfolio occurs during the life of the contract.

two.2.5) Award criteria

Quality criterion - Name: Non-price Criteria / Weighting: 30

Cost criterion - Name: Price / Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £290,000

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

Start date

1 March 2024

End date

28 February 2027

This contract is subject to renewal

Yes

Description of renewals

2 x 12 months

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


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: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

8 December 2023

Local time

12:23pm

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 December 2023

Local time

1:00pm

Place

Walsall


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Interest in this contract process should be expressed via the Council’s e-Tendering Portal – https://in-tendhost.co.uk/walsallcouncil The Council reserves the right to cancel the procurement and not to proceed with the contract. The Council also reserves the right not to award a contract or to award a contract for parts or part of the services only. The Council will not, under any circumstances, reimburse any expense incurred by bidders in preparing their SSQ or tender submissions. The Council notes that the award of the contract may involve a transfer of employment undertakings pursuant to the Transfer of Undertakings (Protection of Employment) Regulations 2006, and will clarify the position with the applicants during the tender process. This is a voluntary contract notice. Under this [procurement / project] the [contractor / developer] is required to actively participate in the economic and social regeneration of the locality of and surrounding the place of delivery for the [procurement / project]. Accordingly contract performance conditions may relate in particular to social and environmental considerations.

six.4) Procedures for review

six.4.1) Review body

See VI.4.3

Walsall

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

See VI.4.3

Walsall

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Council will incorporate a standstill period at the point when information on the proposed award of the contract is communicated to tenderers. The standstill period, which will be for a minimum of ten calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Aggrieved parties who have been harmed or are at risk of harm by any breach of the Council’s obligations may take action in the High Court (England, Wales and Northern Ireland).