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

Security Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

University of Sunderland
2nd Floor Edinburgh Building Chester Road
For the attention of: Maureen Casey
SR1 3SD Sunderland
UNITED KINGDOM
Telephone: +44 1915152470

Internet address(es):

General address of the contracting authority: https://in-tendhost.co.uk/universityofsunderland/aspx/Home

Electronic access to information: https://in-tendhost.co.uk/universityofsunderland/aspx/Home

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

University of Sunderland Students Union
Edinburgh Building Chester Road
SR1 3SD Sunderland
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Security Services.
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 UKC23

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)
To provide security guarding and general campus services to the University. The duties broadly consist of security, portering (including light domestic duties and soft Facilities Management) and reception duties to 3 separate hall of residence sites. The primary aim of the residential security team is to provide a high level of customer service and protect University property, residents, visitors, staff and their property from any acts of a criminal nature.
The secondary aim is to assist/support the Residential Services operation in providing portering and reception duties. As an example these duties include booking in students upon arrival (including associated administration), litter picking, dealing with fire alarm activations/evacuations, domestic duties, movement of equipment/stock on site.
The contract would also cover the provision of ad-hoc security throughout the University. Ad-hoc security is used in many ways. It may be to help with a large event (for example the Fresher's Fayre) to patrol, assist on car parking, access management etc. It may also be to provide door supervision for an event or to assist with the university operation should we require support to cover sickness etc.
This contract is for 24 months plus 12 months plus another 12 months or any part there of.
II.1.6)Common procurement vocabulary (CPV)

79710000, 79711000, 79713000, 79714000, 79715000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Weekly staff/guarding hours per site (during normal times) = 123 for two sites and 91 hours for a third. (Additional hours will be required during closure and summer periods) = approx 6,900 for two sites and 5150 for the third annual hours. Total approx annual hours for contract = 18,950.
This contract is for 24 months plus 12 months plus another 12 months or any part there of.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (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:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Group or consortia bidders must be jointly and severably liable.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Bidders should note that the client is not obliged to accept any tender submitted by any party in response or persuant to the Invitation to tender and the client has the right to cancel the project / framework at any time.
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: Further information will be requested in the form of a pre-qualification questionnaire.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Further information will be requested in the form of a pre-qualification questionnaire.
Minimum level(s) of standards possibly required: Further information will be requested in the form of a pre-qualification questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Further information will be requested in the form of a pre-qualification questionnaire.
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: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
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 in the specifications, in the invitation to tender or to negotiate or in the descriptive document
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:
UofS/Security Services/0114
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 24.2.2014 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
24.2.2014 - 12:00
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
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
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

University of Sunderland
2nd Floor Edinburgh Building Chester Road
SR1 3SD Sunderland
UNITED KINGDOM
Telephone: +44 1915152470
Internet address: https://in-tendhost.co.uk/universityofsunderland/aspx/Home

Body responsible for mediation procedures

University of Sunderland
2nd Floor Edinburgh Building Chester Road
SR1 3SD Sunderland
UNITED KINGDOM
Telephone: +44 1915152470
Internet address: https://in-tendhost.co.uk/universityofsunderland/aspx/Home

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:
17.1.2014