Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Cardiff Council
County Hall, Atlantic Wharf
Cardiff
CF10 4UW
UK
Telephone: +44 7929784724
E-mail: catherine.griffin2@cardiff.gov.uk
NUTS: UKL22
Internet address(es)
Main address: www.cardiff.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0422
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://supplierlive.proactisp2p.com/account/login
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://supplierlive.proactisp2p.com/account/login
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Framework for Security Services: Homeless Accommodation
Reference number: ERFX1007313
II.1.2) Main CPV code
79710000
II.1.3) Type of contract
Services
II.1.4) Short description
This invitation to tender is for organisations who wish to tender for the Framework of Security Services: Homeless Accommodation to Cardiff Council for a term of two years, with an option by the Council to extend for a further one year. The procurement is being run through an Open Tender Process.
II.1.5) Estimated total value
Value excluding VAT:
4 089 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
75241000
79710000
79713000
79715000
75240000
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
Cardiff Council is currently developing over 250 new units of supported accommodation for people who are homeless to operate alongside existing schemes as part of the aim to provide a range of suitable accommodation to meet individual needs and end rough sleeping.
The service model will include utilising specialist security and guarding services that is tailored to ensure that staff recognise the vulnerability of the service users and deal sensitively with each individual in all circumstances whilst still managing the safety and wellbeing of all residents. Staff will also provide a reception / concierge service and undertake varied tasks to assist with making sure that all housing and building management requirements are met.
II.2.5) Award criteria
Criteria below:
Quality criterion: Social Value
/ Weighting: 10%
Quality criterion: Quality
/ Weighting: 40%
Price
/ Weighting:
50%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: No
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
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with a single operator.
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:
15/07/2021
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
15/07/2021
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at
https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=107520.
Please also register on Proactis using below link: https://supplierlive.proactisp2p.com/account/login
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:
Bidders are required to submit a Social Value proposal via the Social Value Portal in accordance with Welsh TOMs.
(WA Ref:107788)
The buyer considers that this contract is suitable for consortia.
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
04/06/2021