Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

P1262 - Framework Agreement for Provision of Security Services

  • First published: 26 July 2024
  • Last modified: 26 July 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-048489
Published by:
Birmingham City Council
Authority ID:
AA22066
Publication date:
26 July 2024
Deadline date:
26 August 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Framework for the provision of Security Services, that provides for all security work that is not undertaken by in-house security. The requirements include the provision of suitably-trained and qualified staff to meet the Council’s security requirements in a range of premises including, but not limited to, car parks, depots, community libraries, crematoria, cemeteries, Temporary Accommodation, Learning Centres, Admin Offices, Schools and Public Buildings. There is also a requirement to provide cover for some, not all, absence for the in-house service. Services are to be provided in Council premises, owned or rented, across the City. The following roles will be required across, not within all, the above-mentioned locations:• Guarding (both static and mobile patrols)• Open and Lock Services• Alarm Response Services• CCTV Monitoring of premises (internal and perimeter)• Provision of security solutions

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Birmingham City Council

10 Woodcock Street

Birmingham

UK

Contact person: Commercial and Procurement Services

E-mail: cps@birmingham.gov.uk

NUTS: UKG31

Internet address(es)

Main address: www.finditinbirmingham.com

Address of the buyer profile: www.in-tendhost.co.uk/birminghamcc

I.3) Communication

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

www.in-tendhost.co.uk/birminghamcc


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.in-tendhost.co.uk/birminghamcc


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

P1262 - Framework Agreement for Provision of Security Services

Reference number: P1262

II.1.2) Main CPV code

79710000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Framework for the provision of Security Services, that provides for all security work that is not undertaken by in-house security. The requirements include the provision of suitably-trained and qualified staff to meet the Council’s security requirements in a range of premises including, but not limited to, car parks, depots, community libraries, crematoria, cemeteries, Temporary Accommodation, Learning Centres, Admin Offices, Schools and Public Buildings. There is also a requirement to provide cover for some, not all, absence for the in-house service. Services are to be provided in Council premises, owned or rented, across the City. The following roles will be required across, not within all, the above-mentioned locations:• Guarding (both static and mobile patrols)• Open and Lock Services• Alarm Response Services• CCTV Monitoring of premises (internal and perimeter)• Provision of security solutions

II.1.5) Estimated total value

Value excluding VAT: 16 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

79710000

II.2.3) Place of performance

NUTS code:

UKG31


Main site or place of performance:

II.2.4) Description of the procurement

Framework Agreement for the provision of Security Services, that provides for all security work that is not undertaken by in-house security. The requirements include the provision of suitably-trained and qualified staff to meet the Council’s security requirements in a range of premises including, but not limited to, car parks, depots, community libraries, crematoria, cemeteries, Temporary Accommodation, Learning Centres, Admin Offices, Schools and Public Buildings. There is also a requirement to provide cover for some, not all, absence for the in-house service. Services are to be provided in Council premises, owned or rented, across the City. The following roles will be required across, not within all, the above-mentioned locations:• Guarding (both static and mobile patrols)• Open & Lock Services• Alarm Response Services• CCTV Monitoring of premises (internal and perimeter)• Provision of security solutionsThe Framework Agreement will last for a maximum of four (4) years (2 years with an option to extend for a further 2 year period, subject to requirement and performance).

II.2.5) Award criteria

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

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

Duration in months: 24

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Further details will be provided in the tender documentation.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with a single operator.

Justification for any framework agreement duration exceeding 4 years: Will not exceed 4 years.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 26/08/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 26/08/2024

Local time: 12:00

Place:

Birmingham

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The Framework Agreement will last for a maximum of four (4) years (2 years with an option to extend for a further 2 year period, subject to requirement and performance).The Framework Agreement will last for a maximum of 4 years (unless terminated under agreement provisions) commencing 1st April 2025.The Framework Agreement will be awarded to one supplier.The Council will be using its free to use e-tendering system (in-tend) for the administration of this procurement process and potential suppliers must register with the system to be able to express an interest. If you wish to express an interest in this opportunity please click on the following link to access https://in-tendhost.co.uk/birminghamcc/ and submit your details to register. You will then be sent details on how to log on which will enable you to download all relevant Invitation to Tender (ITT) documentation. If you are unable to register with In-tend or have any questions or problems on how to use this web site please email us at cps@birmingham.gov.ukYour completed tender submission should be returned by Noon on 26 August 2024 via the ‘in-tend’ system https://in-tendhost.co.uk/birminghamcc

VI.4) Procedures for review

VI.4.1) Review body

High Court of Justice

Royal Strand

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

not applicable

VI.5) Date of dispatch of this notice

25/07/2024

Coding

Commodity categories

ID Title Parent category
79710000 Security services Investigation and security services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
cps@birmingham.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.