UK-York: Security services.

UK-York: Security services.
Section I: Contracting Authority
I.1) Name and addresses
York St John University
Lord Mayor's Walk, York, YO31 7EX, United Kingdom
Tel. +44 1904876642, Email: tenders@yorksj.ac.uk
Contact: Sue Waller
Main Address: https://www.yorksj.ac.uk/
NUTS Code: UKE21
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-York:-Security-services./KCZVB76B29
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Other type:: University
I.5) Main activity
Education

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Security Services Contract
Reference Number: Not provided
II.1.2) Main CPV Code:
79710000 - Security services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: The University requires a contractor to provide site security across the whole York St John University estate, based within the city of York, Yorkshire. This includes the main University site consisting of teaching and office space, some sports facilities and an additional amount of student accommodation.
II.1.5) Estimated total value:
Value excluding VAT: 300,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKE21 York

II.2.4) Description of procurement: The contractor will be expected to provide a proposal that adequately demonstrates their ability to fulfil the University’s requirements. Each submission should contain the following information:

Company organisational chart and proof of resources;
Proposed staffing, contractual and recruitment arrangements to ensure ongoing service delivery;
Staff development and training proposals;
Details of experience and three references;
Proof of insurance;
A comprehensive response to all items identified in the Employer’s Requirements. This should be submitted as a sample Service Level Agreement and a draft set of Assignment Instructions.

The contractor is expected to assess the requirements of the University detailed in the ITT and provide a detailed resource time and cost breakdown for each of the University’s requirements
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Account Management / Weighting: 5
Quality criterion - Name: Service Proposal and Capability / Weighting: 45
Quality criterion - Name: Customer Support / Weighting: 15
Quality criterion - Name: Innovation / Weighting: 5
Quality criterion - Name: Management Information / Reporting / Weighting: 10

Cost criterion - Name: Price / Weighting: 20

II.2.6) Estimated value:
Value excluding VAT: 300,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/01/2017 / End: 31/12/2020
This contract is subject to renewal: Yes
Description of renewals: 2 year extension to 31 December 2022

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided


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 registers
List and brief description of conditions:
Compliance with current legislation relating to security issues, at all times throughout the tender period. This should include, but is not limited to:

Private Security Industry Act 2001
Health and Safety at Work (etc.) Act 1974
Crime and Disorder Act 1998
Data Protection Act 1998
Working Time Regulations 1998
Fire Safety Act 2000
Freedom of Information Act 2000
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 18/12/2017 Time: 12:00

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 tender:
Duration in month(s): 3

IV.2.7) Conditions for opening of tenders:
Date: 19/12/2017
Time: 13:00
Place:
York, England


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://neupc.delta-esourcing.com/tenders/UK-UK-York:-Security-services./KCZVB76B29

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/KCZVB76B29
VI.4) Procedures for review
VI.4.1) Review body:
York St John University
Lord Mayors Walk, York, YO31 7EX, United Kingdom
Tel. +44 1904876611, Email: tenders@york.ac.uk
Internet address: www.yorksj.ac.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 26/10/2017

Annex A