Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Cardiff Metropolitan University
Llandaff campus, Western Avenue, Llandaff
Cardiff
CF5 2YB
UK
Telephone: +44 2920416061
E-mail: tenders@cardiffmet.ac.uk
NUTS: UKL22
Internet address(es)
Main address: http://www.cardiffmet.ac.uk/procurement/
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0259
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/cardiffmet/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/cardiffmet/aspx/Home
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Campus Protection (Security) Services
Reference number: ITT/23/02
II.1.2) Main CPV code
79710000
II.1.3) Type of contract
Services
II.1.4) Short description
Cardiff Metropolitan University is seeking an established and experienced Security Contractor that can provide security officers to fit into the University’s existing security structure.
This will involve working diligently alongside the established in-house team and working in a solo-staffed campus as required.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
79713000
II.2.3) Place of performance
NUTS code:
UKL22
Main site or place of performance:
Cardiff Metropolitan University Campuses:
Llandaff Campus, CF5 2YB
Cyncoed Campus, CF23 6XD
Plas Gwyn Residential Campus, CF5 2XJ
II.2.4) Description of the procurement
The University is seeking an established and experienced Security Contractor that can provide security officers to fit into the University’s existing security structure. This will involve working diligently alongside the established in-house team and working in a solo-staffed campus as required.
The Security Contractor will provide officers who will routinely have to deal with young adults, both home-based and international in background, in both residential and academic settings.
Officers will also deal with a wide variety of staff members (both academic and professional services), external visitors, telephone enquiries and external contractors conducting ongoing works on campus.
The officers need to be people focussed, display high levels of customer service and proficient in the English language. Often the officers will be the first point of contact for all queries and/or complaints so need to be able to handle these scenarios professionally and diplomatically. We require routine rota positions to be filled alongside the ability to surge extra staffing as the need dictates within the university year.
The University’s current contract is due to expire on the 30th of September 2023. We therefore wish to re-tender this service, with a contract commencement date of 1st of October 2023.
The contract will be for an initial term of three years, with a view to an extension of up to two further years (3 + 1 + 1).
The University is an accredited Living Wage provider and wants to achieve fair and nonexploitative practices within this contract. Staff currently employed on this key out-sourced contract are paid the Living Wage (as defined by the Living Wage Foundation) by the incumbent contractor. The University will therefore require any new successful contractor to continue to pay those staff who work on this
contract the Living Wage.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Cost criterion: Cost
/ Weighting: 30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
Two, one year contract extensions are available subject to performance and allied to the University's sustainable development requirements. A 3 year contract with two options.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
The selection criteria are detailed in the selection questionnaire/single procurement document.
Minimum level(s) of standards required:
A minimum annual turnover threshold for the last financial year is set at 1,000,000.00 GBP.
An acid test ratio of 1 is required from your last set of audited accounts.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Selection criteria as stated in the procurement documents.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
23/05/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
23/05/2023
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s
economic and social objectives.
Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are: non-core. Contractors are required to outline a Community Benefits Plan as part of their tender submission and reporting on this will form part of the contract management process with the successful Contractor.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=130871.
(WA Ref:130871)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
18/04/2023