Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurement
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityBody governed by public law
I.5)Main activityHousing and community amenities
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Aldwyck Housing Group — Security Services
Reference number: ALDSEC2018
II.1.2)Main CPV code79713000
II.1.3)Type of contractServices
II.1.4)Short description:
Aldwyck Housing Group requires uniformed security services for its Head Office at 6 Houghton Hall Business Park, Houghton Regis, Dunstable, Beds LU5 5UZ.
II.1.5)Estimated total valueValue excluding VAT: 300 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performanceNUTS code: UKH21
Main site or place of performance:
II.2.4)Description of the procurement:
Aldwyck Housing Group requires uniformed security services for its Head Office at 6 Houghton Hall Business Park, Houghton Regis, Dunstable, Beds LU5 5UZ. Daily provision of a static Security Officer, including weekends and Bank Holidays.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 300 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: yes
Description of renewals:
Aldwyck Housing Group Limited will consider entering into a Long Term Agreement with the bidder for three years, with an option to extend for a further 2 years (1 + 1), subject to satisfactory service, performance and cost.
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 3
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
This will be a two stage process, including a SQ (Selection Questionnaire) stage. Bidders failing to meet certain required minimum standards at selection (SQ) stage will be rejected. Bidders meeting the required standards at SQ stage will be ranked according to the highest score achieved and may be rejected in reverse order in order to achieve our maximum number of operators for the ITT stage. Selection Criteria for the SQ stage will be stated in the SQ documentation.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Aldwyck Housing Group Limited will consider entering into Long Term Agreements with the bidder for 3 years, with an option to extend the award period subject to service, performance and cost.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe 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 registersList and brief description of conditions:
Potential suppliers will be required to provide an overview of services provided to property owners, public sector organisations, social landlords or other relevant organisations over the past 5 years, plus details of 3 clients currently receiving similar services.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureRestricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 20/07/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 30/07/2018
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderTender must be valid until: 30/11/2018
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published:
Between 3 and 5 years from the date of this notice
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
Bidders should note that for reasons of Confidentiality, full Tender information will be made available only to those Bidders that are selected to proceed to the ITT Stage. Sufficient detail is provided within the SQ and via the Authority's e-procurement Portal to enable the Bidder to decide whether to participate in this process.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://aldwyck.delta-esourcing.com/tenders/UK-UK-Dunstable:-Guard-services./96QN7D7KZ5
To respond to this opportunity, please click here:
https://aldwyck.delta-esourcing.com/respond/96QN7D7KZ5
GO Reference: GO-2018618-PRO-12637642
VI.4)Procedures for review
VI.4.1)Review bodyThe High Court of England and Wales
London
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
The Contracting Authority will enter into this contract following a 10 calendar day standstill period starting on theday after the notification of the result. The Public Contracts Regulations 2015 provide for aggrieved Parties whohave been harmed or who are at risk of harm by a breach of the Regulations to bring proceedings in the High Court. Any such proceedings must be brought within the limitation period specified by the Regulations according to the remedy sought.
VI.4.4)Service from which information about the review procedure may be obtainedThe Cabinet Office
London
United Kingdom
VI.5)Date of dispatch of this notice:18/06/2018