Skip to main content.

York St John University: Security Services Contract

  York St John University is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Security Services Contract
Notice type: Contract Notice
Authority: York St John University
Nature of contract: Services
Procedure: Open
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.
Published: 26/10/2017 11:09
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

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


View any Notice Addenda

View Award Notice