Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Neath Port Talbot County Borough Council
  Civic Centre
  Port Talbot
  SA13 1PJ
  UK
  
            E-mail: m.c.anderson@npt.gov.uk
  
            NUTS: UKL17
  Internet address(es)
  
              Main address: http://www.npt.gov.uk
  
              Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0274
 
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
Security Services at Beaufort House and Ty Parc Newydd
            Reference number: NPT-1684
  II.1.2) Main CPV code
  79710000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  Neath Port Talbot County Borough Council wish to appoint a service provider for security services at Beaufort House, Neath and Ty Parc Newydd, Neath.
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    79710000
    II.2.3) Place of performance
    NUTS code:
    UKL17
    II.2.4) Description of the procurement
    The contract will cover the various security requirements of Beaufort House and Ty Parc Newydd, and will contain elements of the following:
    - Security Guarding
    - Alarm Response
    - Key Holding
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Overall Quality
                    / Weighting: 40
    
                    Quality criterion: Sub Weighting - Method Statement 1 - Contract Start Up
                    / Weighting: 10
    
                    Quality criterion: Sub Weighting - Method Statement 2 - Performance
                    / Weighting: 25
    
                    Quality criterion: Sub Weighting - Method Statement 3 - Staffing and Account Management
                    / Weighting: 25
    
                    Quality criterion: Sub Weighting - Method Statement 4 - Call Outs
                    / Weighting: 10
    
                    Quality criterion: Sub Weighting - Method Statement 5 - Contract Management
                    / Weighting: 30
    
                    Cost criterion: Overall Price
                    / Weighting: 60
    
                    Cost criterion: Sub Weighting - Annual Cost
                    / Weighting: 80
    
                    Cost criterion: Sub Weighting - Golwg Y Dre - Call out Charge for Alarm Response
                    / Weighting: 5
    
                    Cost criterion: Sub Weighting - Windsor Road - Call out Charge for Alarm Response
                    / Weighting: 5
    
                    Cost criterion: Sub Weighting - Golwg Y Dre - Charge per hour for call outs lasting longer than one hour
                    / Weighting: 5
    
                    Cost criterion: Sub Weighting - Windsor Road - Charge per hour for call outs lasting longer than one hour
                    / Weighting: 5
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Start:
                01/06/2022
    
                End:
                31/05/2025
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    Option to extend for up to a further 12 months.
    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
  III.2.2) Contract performance conditions
  As provided for in the ITT
 
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:
              22/03/2022
  
                Local time: 14:30
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
  CY
  IV.2.7) Conditions for opening of tenders
  
              Date:
              22/03/2022
  
              Local time: 14:30
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
VI.3) Additional information
If you require independent support or advice in the tendering process, Business Wales provide guidance and advice (free of charge) by way
of:
- On-line information
- Telephone support
- Workshops
Further information on how to access this guidance and advice is available by accessing this ITT or by contacting Business Wales on 03000 603000.
Suppliers' Instructions 'How to Express Interest in this ITT:
1. Register your company on the etenderwales portal (this is required only once. However if your details have changed since you registered
you will need to up-date them).
- Browse to the eSourcing Portal: https://etenderwales.bravosolution.co.uk
- Click the 'Suppliers register here' link.
- Complete the ‘Organisation Details’ and ‘User Details’ sections.
- Note the username you choose and click 'Save' when complete.
- You will shortly receive an email with your unique password (please keep this secure).
- Agree to the terms and conditions and click 'continue'.
2. Express an interest in the ITT.
- Login to the portal with the username / password.
- Click the ITT Open to all Suppliers’ link.
- Alternatively, search for the relevant ITT (itt_92580).
- Click on the relevant ITT to access the content.
- Click the 'Express Interest' button on the right-hand side of the screen.
- This will move the ITT into your 'My ITT pages'. (This is a secure area reserved for your projects only.)
- Click on the ITT code, you can now access any attachments by selecting ‘Buyer Attachments'.
3. Responding to the ITT.
- You can now choose to 'Respond’ or ‘Decline to Respond' (please give a reason if declining).
- You can now use the 'Messages' function to communicate with the buyer and seek any clarification.
- Note the ‘Closing Date’, and then follow the onscreen instructions to complete the ITT.
There is help available Monday - Friday (8am - 6pm) on: help@bravosolution.co.uk or by telephone on 0800 368 485.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=118546
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:
The Community Benefits response will not be evaluated or scored as part of the tender process.
(WA Ref:118546)
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
15/02/2022