Section one: Contracting authority
one.1) Name and addresses
Wirral Borough Council
Mallory Building, 2 Alice Kerr Square
Birkenhead
CH41 2AB
Contact
Procurement Place
procurementplace@wirral.gov.uk
Telephone
+44 1516062000
Country
United Kingdom
Region code
UKD74 - Wirral
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Key Holding, Alarm Response and Venue Security Services
Reference number
DN750820
two.1.2) Main CPV code
- 79710000 - Security services
two.1.3) Type of contract
Services
two.1.4) Short description
Wirral Council is currently out to procurement for the provision of Key Holding, Alarm Response and Venue Security Services
Further information regarding this opportunity can be found in II.2.4
two.1.5) Estimated total value
Value excluding VAT: £900,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79711000 - Alarm-monitoring services
- 79713000 - Guard services
- 79715000 - Patrol services
two.2.3) Place of performance
NUTS codes
- UKD74 - Wirral
two.2.4) Description of the procurement
Wirral Council is looking for a single supplier for the provision of the following
Key-holding and Alarm Response - to provide 24 hours/365 days a year services for key holding and response to alarm activation and incidents of Wirral Council building, the service provider will provide a responsive service to respond to alarm activations. This will require holding & collection of keys, holding of alarm and access details for all the sites and provide a 24 hour / 365-day response to activations of alarms in these buildings.
Venue Security - Attendance will be required at Wirral Council premises for the days and periods notified by the Client, Wirral Council. The Service provider will be required to provide services as and when required, 24 hours a day, 7 days a week, including all days deemed to be bank holidays in the United Kingdom.
The provision of this service shall be called off on an “as and when required” basis. For some premises / occasions the provision of consistent and regular personnel will be preferred to ensure familiarity with both physical layout and with Wirral Council contacts and procedures.
These services will consist of a mixture of provisions as detailed below: -
Static security for events/incidents
Static security for public and closed meetings
Licensed door supervisors for public and closed meetings
Mobile security patrols - Mobile Patrols are not expected to form a major component of this contract however Wirral Council may request provision of mobile patrols of specific areas in relation to an identified threat or concern.
The service provider must be able to meet all the requirements and standards of British Standard BS7499 for manned security services and the current ACPO policies on key-holding, and also be a member of the SIA approved contract scheme and ACS accreditation.
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: £900,000
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
This services contract will run for a period of 24 months with options to extend for two (2) periods of 12 months each (maximum 24 months). Estimated contract start date: 1st March 2025
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
The tender document and any additional information are accessible via The Chest portal, https://www.the-chest.org.uk to participate in this exercise please register your interest in contract ID DN750820
Should you have any questions relating to the tender document please raise them via the ‘messages’ section on the portal.
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
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
The service provider must be able to meet all the requirements and standards of British Standard BS7499 for manned security services and the current ACPO policies on key-holding, and also be a member of the SIA approved contract scheme and ACS accreditation.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
13 January 2025
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
14 January 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The Royal Court of Justice
The Strand
London
WC2A 2LL
Telephone
+44 20794760000
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authority will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a contract before a contract is executed/signed (as appropriate). The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or 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 brought promptly and within the time limits as defined in the above regulations. Where a contract has not been entered into 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 the contract has been entered into the court has the options to award damages and/or to shorten or order the contract ineffective.
six.4.4) Service from which information about the review procedure may be obtained
Wirral Council
Mallory Building, 2 Alice Ker Square, Grange Precinct
Wirral
CH41 2AB
Country
United Kingdom