By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Night Security Patrol Service.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

South Hams District Council
Follaton House, Plymouth Road
For the attention of: Mrs Carly Wedderburn
TQ9 5NE Totnes
UNITED KINGDOM
Telephone: +44 1626215120
E-mail:

Internet address(es):

General address of the contracting authority: http://www.southhams.gov.uk/

Electronic access to information: https://procontract.due-north.com

Electronic submission of tenders and requests to participate: https://procontract.due-north.com

Further information can be obtained from: ProContract (electronic tendering system)
UNITED KINGDOM
Internet address: https://procontract.due-north.com

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: ProContract (electronic tendering system)
UNITED KINGDOM
Internet address: https://procontract.due-north.com

Tenders or requests to participate must be sent to: ProContract (electronic tendering system)
UNITED KINGDOM
Internet address: https://procontract.due-north.com

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
Public order and safety
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Night Security Patrol Service.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 23: Investigation and security services, except armoured car services

NUTS code UKK4

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
This Contract is for the delivery of a night security patrol service on behalf of the Harbour Authority's customers. The Service comprises night-time boat patrols throughout the tidal waters of the Salcombe estuary and vehicle/foot patrols over all of the areas indicated within the Tender documents to include the boat parks, slipways, landings, quaysides and some areas of foreshore.
II.1.6)Common procurement vocabulary (CPV)

75000000, 79700000, 79710000, 75240000, 75241000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
This Contract is for the delivery of a night security patrol service on behalf of the Harbour Authority's customers. The Service comprises night-time boat patrols throughout the tidal waters of the Salcombe estuary and vehicle/foot patrols over all of the areas indicated within the Tender documents to include the boat parks, slipways, landings, quaysides and some areas of foreshore.
The Contract period shall be up to a period of 5 years, with an option to extend for up to a further 12 months.
Estimated value excluding VAT:
Range: between 250 000 and 350 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
N/A.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As per the Local Authority's standard conditions of Contract, to include prompt payment terms.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
N/A.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: N/A.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As indicated within the Tender documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As indicated within the Tender documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria

The most economically advantageous tender in terms of the criteria stated below

1. Method statement (quality). Weighting 30

2. Sustainability and environmental considerations. Weighting 20

3. Cost per hour. Weighting 25

4. Total contract cost. Weighting 25

IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
T082SH
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
31.5.2016 - 11:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 31.5.2016 - 12:00
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: As per the Local Authority's Contract Procedure Rules: Tenders will be opened electronically by a member of the Member Services team.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 1.4.2022.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Local Authority Ombudsman
UNITED KINGDOM

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
19.4.2016