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

DGHP Safety and Security Service.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Dumfries & Galloway Housing Partnership Ltd
Grierson House, The Crichton, Bankend Road
Contact point(s): Housing Services
For the attention of: Joanne Quigley
DG1 4ZS Dumfries
UNITED KINGDOM
Telephone: +44 1387242519
E-mail:
Fax: +44 1387242509

Internet address(es):

General address of the contracting authority: www.dghp.org.uk

Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11362

Further information can be obtained from: Dumfries & Galloway Housing Partnership Ltd.
Grierson House, The Crichton, Bankend Road
Contact point(s): Housing Services
For the attention of: Joanne Quigley
DG1 4ZS Dumfries
UNITED KINGDOM
Telephone: +44 1387242519
E-mail:
Fax: +44 1387242509
Internet address: www.dghp.org.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Dumfries & Galloway Housing Partnership Ltd.
Grierson House, The Crichton, Bankend Road
Contact point(s): Housing Services
For the attention of: Joanne Quigley
DG1 4ZS Dumfries
UNITED KINGDOM
Telephone: +44 1387242519
E-mail:
Fax: +44 1387242509
Internet address: www.dghp.org.uk

Tenders or requests to participate must be sent to: Dumfries & Galloway Housing Partnership Ltd.
Grierson House, The Crichton, Bankend Road
Contact point(s): Housing Services
For the attention of: Joanne Quigley
DG1 4ZS Dumfries
UNITED KINGDOM
Telephone: +44 1387242519
E-mail:
Fax: +44 1387242509
Internet address: www.dghp.org.uk

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Housing and community amenities
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:
DGHP Safety and Security 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
Main site or location of works, place of delivery or of performance: Dumfries, Castle Douglas and Annan - Dumfries & Galloway.

NUTS code UKM32

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)
DGHP is currently tendering for a 3 year safety and security contract for 15 supported housing units in Dumfries; 6 supported housing units in Annan and a remote service for 4 units in Castle Douglas.
The contract comprises spend of around GBP 135 000 per year for the provision of a safety and security service for DGHP's supported housing developments in Dumfries, Castle Douglas and Annan. The accommodation is temporary supported housing and the residents will be single homeless people and homeless couples. The contract will require the service to provide safety and security staff on site at specified hours in Dumfries and Annan and to provide a remote monitoring service for Castle Douglas with the ability to provide security staff on site at the development when required. The security service will operate when support staff are not present in the developments and will also provide a call out back up service for support staff when required. There is a staff facility on site. The successful provider will be responsible for maintaining the safety and security for the whole development and immediate surrounding area; for responding to residents' calls; to take effective action to ensure maximum security for all residents and the immediate surrounding area and to respond immediately to security breaches.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at: http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=247885

II.1.6)Common procurement vocabulary (CPV)

79710000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
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:
DGHP is currently tendering for a 3 year safety and security contract for 15 supported housing units in Dumfries; 6 supported housing units in Annan and a remote service for 4 units in Castle Douglas.
Estimated value excluding VAT: 324 000 GBP
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
Starting 1.4.2013. Completion 31.3.2015

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:
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: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide a reference from their bank.
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years;
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(3) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards;
(4) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided;
(5) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;
(6) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities;
(7) An indication of the proportion of the contract which the services provider intends possibly to subcontract;
(8) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate;
(9) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(10) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

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 minimum number 5: and maximum number 7
Objective criteria for choosing the limited number of candidates: Reduction of the number of operators during the PQQ stage.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria

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

1. Quality. Weighting 60

2. Price. Weighting 40

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:
IV.3.2)Previous publication(s) concerning the same contract
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: 21.1.2013
IV.3.4)Time limit for receipt of tenders or requests to participate
22.1.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
28.1.2013
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

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
(SC Ref:247885).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Dumfries & Galloway Housing Partnership Ltd
Grierson House, The Crichton, Bankend Road
DG1 4ZS Dumfries
UNITED KINGDOM
E-mail:
Telephone: +44 1387242519
Internet address: www.dghp.org.uk
Fax: +44 1387242509

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 calendar day standstill period (or 15 days where non-electronic or fax methods are used) at the point that an award decision is communicated to tenderers. The award decision notice will specify the criteria for the award of the contract/framework agreement, the reasons for the decision, including the characteristics and relative advantages, the name and score of the successful tenderer; and will specify when the standstill period is expected to end or the date before which the Contracting Authority will not conclude the contract/framework agreement. If an appeal regarding the award of a contract/framework agreement has not been successfully resolved, the Public Contracts (Scotland) Regulations 2012 (as amended) provide for aggrieved parties who have been harmed or are at risk of a breach of the rules to take action in the Sheriff Court or Court of Session. Any such action must be brought promptly (generally within 30 days). Where a contract has not been entered into, the Court may order the setting aside of the award decision or may order the Contracting Authority to amend any document and may award damages. Where a contract has been entered into, the Court may make a declaration of ineffectiveness and impose a financial penalty on the Contracting Authority. If the Court does not make a declaration of inefectiveness then it may impose a financial penalty on the Contracting Authority and/or may order that the duration of that contract be shortened. The Court may also award damages. The time limit for seeking a declaration of ineffectiveness is generally 30 days from notification of the award (either by award decision notification or contract award notice depending upon the cirumstances ) or otherwise 6 months.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
11.12.2012