Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Walsall Metropolitan Borough Council
Civic Centre, Darwall Street,
Walsall
UK
Contact person: Julie Jones
E-mail: procurement@walsall.gov.uk
NUTS: UKG38
Internet address(es)
Main address: www.walsall.gov.uk
Address of the buyer profile: https://in-tendhost.co.uk/walsallcouncil
I.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 abovementioned address
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
WP3814 - Security Services
Reference number: WP3814
II.1.2) Main CPV code
79710000
II.1.3) Type of contract
Services
II.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
II.1.5) Estimated total value
Value excluding VAT:
290 000.00
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
79711000
79713000
79715000
II.2.3) Place of performance
NUTS code:
UKG38
Main site or place of performance:
Walsall
II.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.
II.2.5) Award criteria
Criteria below:
Quality criterion: Non-price Criteria
/ Weighting: 30
Cost criterion: Price
/ Weighting: 70
II.2.6) Estimated value
Value excluding VAT:
290 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/03/2024
End:
28/02/2027
This contract is subject to renewal: Yes
Description of renewals:
2 x 12 months
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:
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.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
08/12/2023
Local time: 12:23
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
11/12/2023
Local time: 13:00
Place:
Walsall
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.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.
VI.4) Procedures for review
VI.4.1) Review body
VI.4.2) Body responsible for mediation procedures
VI.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).
VI.5) Date of dispatch of this notice
07/11/2023