Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Wolverhampton City Council
Corporate Procurement, Civic Centre, St Peters Square
Contact point(s): Corporate Procurement
WV1 1RL Wolverhampton
UNITED KINGDOM
Telephone: +44 1902556556
E-mail:
Fax: +44 1902555095
Internet address(es):
General address of the contracting authority: www.wolverhampton.gov.uk
Address of the buyer profile: www.wolverhamptontenders.com
I.2)Type of the contracting authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe 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:Corporate Security Services including Events Security.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: City of Wolverhampton.
NUTS code UKG
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with several operators
maximum number of participants to the framework agreement envisaged: 3
Duration of the framework agreement
Duration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 2 000 000 GBP
II.1.5)Short description of the contract or purchase(s)Wolverhampton City Council is looking to set up a framework for planned and ad hoc security requirements and are looking to appoint a contractor(s) to provide a security service which not only offers a competitive price, but demonstrates the skills and capabilities to provide a high quality reliable service. However, the Council may also require additional coverage for other sites/events on an ad-hoc basis e.g. buildings which are new or have been occupied or buildings which are being refurbished, Christmas Markets and locking and unlocking services as required etc.
The services delivered under this contract are to be provided by experienced staff, fully trained in the services they are providing, and in accordance with:
- The National Security Inspectorate (NSI) guidelines, which is a Security Industry Authority (SIA) Assessing Body for the Approved Contractor Scheme (ACS).
- BSI 7858 and/or equivalent (The British Standard for security screening of individuals employed in a security environment).
- BSI 7984 or equivalent (The British Standard for key holding and response services).
- BSI 7499: 2002 Code of Practice for Static Guarding & Mobile Services.
BS8406: 2009 or equivalent Event Stewarding & Crowd Safety.
- Licensed by Security Industry Authority (SIA).
It is the intention of the Council to divide these requirements into lots as follows:
Lot 1 Key Holder and Alarm Response.
Lot 2 Manned Guarding (Static & Mobile) including ad hoc services e.g. locking & unlocking buildings.
Lot 3 Events Security for the Civic Halls locations and events.
II.1.6)Common procurement vocabulary (CPV)79710000, 79711000, 79713000, 79715000
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Wolverhampton City Council is looking to set up a framework for planned and ad hoc security requirements and are looking to appoint a contractor(s) to provide a security service which not only offers a competitive price, but demonstrates the skills and capabilities to provide a high quality reliable service. However, the Council may also require additional coverage for other sites/events on an ad-hoc basis e.g. buildings which are new or have been occupied or buildings which are being refurbished, Christmas Markets and locking and unlocking services as required etc.
The services delivered under this contract are to be provided by experienced staff, fully trained in the services they are providing, and in accordance with:
- The National Security Inspectorate (NSI) guidelines, which is a Security Industry Authority (SIA) Assessing Body for the Approved Contractor Scheme (ACS).
- BSI 7858 and/or equivalent (The British Standard for security screening of individuals employed in a security environment).
- BSI 7984 or equivalent (The British Standard for key holding and response services).
- BSI 7499: 2002 Code of Practice for Static Guarding & Mobile Services.
BS8405:2009 or equivalent in Event Stewarding and Crowd Safety.
- Licensed by Security Industry Authority (SIA).
It is the intention of the Council to divide these requirements into lots as follows:
Lot 1 Key Holder and Alarm Response.
Lot 2 Manned Guarding (Static & Mobile) including ad hoc services e.g. locking & unlocking buildings.
Lot 3 Events Security for the Civic Halls locations and events.
Estimated value excluding VAT:
Range: between 1 000 000 and 2 000 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completionDuration in months: 48 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Key Holder and Alarm Response Services1)Short descriptionProvision of Key Holder and Alarm Response Services for the City of Wolverhampton.
2)Common procurement vocabulary (CPV)79710000, 79711000, 79713000
3)Quantity or scopeKey holder and Alarm Response
Estimated value excluding VAT:
Range: between 100 000 and 200 000 GBP
4)Indication about different date for duration of contract or starting/completionDuration in months: 48 (from the award of the contract)
5)Additional information about lots
Lot No: 2 Lot title: Manned Guarding (Static and Mobile) including ad hoc services e.g. locking and unlocking buildings1)Short descriptionManned Guarding (Static and Mobile) including ad hoc services e.g. locking and unlocking buildings
2)Common procurement vocabulary (CPV)79710000, 79713000, 79715000
3)Quantity or scopeManned guarding (static and mobile) including ad hoc services e.g. locking and unlocking buildings
Estimated value excluding VAT:
Range: between 100 000 and 800 000 GBP
4)Indication about different date for duration of contract or starting/completionDuration in months: 48 (from the award of the contract)
5)Additional information about lots
Lot No: 3 Lot title: Events Security for the Civic Halls locations and events.1)Short descriptionEvents Security for the Civic Halls locations and events as required
2)Common procurement vocabulary (CPV)79710000, 79713000, 79715000
3)Quantity or scopeEvents Security for Civic Halls locations and Events. Requires guards capable of dealing with customers of Civic Halls locations at a range of different types of events.
Estimated value excluding VAT:
Range: between 200 000 and 800 000 GBP
4)Indication about different date for duration of contract or starting/completionDuration in months: 48 (from the award of the contract)
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:Details of the deposits and bonds required by the Council will be set out in the contract documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:Details of the main terms and conditions of financing and payment will be set out in the contract documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:Jointly and severally liable.
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: All bidders will be asked to confirm in a Pre-Qualification Questionnaire that none of the conditions set out in Article 45 of Directive 2004/18/EC apply to their organisation or expression of interest.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Bidders will be required to complete a Pre-Qualification Questionnaire consistent with the provisions of Directive 2004/18/EC.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Bidders will be required to complete a Pre-Qualification Questionnaire consistent with the provisions of Directive 2004/18/EC.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: Pre-qualification process.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:PP13003
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 12.2.2014
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate13.2.2014 - 15:00
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 upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderin days: 120 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersPersons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published:
VI.2)Information about European Union fundsThe 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
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: The Council will observe 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 teh Council's obligations may take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:13.1.2014