Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

CCTV, Control Room and Anti Social Behaviour Services

  • First published: 06 January 2018
  • Last modified: 06 January 2018

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
whg
Authority ID:
AA24825
Publication date:
06 January 2018
Deadline date:
26 January 2018
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Whg are committed to the deployment of e-Tender methodology. This ITT process will be managed via our electronic tender solution hosted by Due North (referred to in this document as The Housing Procurement Portal (“The Portal”). All document exchange and communication between whg and selected tenderers will always be via the portal. The portal provides a secure, auditable and efficient method of exchanging information and documents between the parties.

Out of hour’s service — this service is designed to supplement the work of the community safety team in tackling antisocial behaviour and providing a high quality service to our customers and will be achieved through a series of actions which will include responsive visits to customers or sites, pre-planned patrols and pre planned requests for specific tasks to be completed in order to achieve two primary objectives.

— Prevent anti-social behaviour or reduce it where it is already occurring.

— Gather evidence of anti-social behaviour to support whg’s community safety team.

CCTV services — To monitor whg’s expansive CCTV surveillance systems which includes coverage of whg’s high rise blocks, office buildings and other locations and whg assets. This includes both external and interior cameras which are required to be monitored 24 hours a day every day of the year. To handle telephone calls outside of office hours regarding the out of hours service and customer reports of anti-social behaviour.

Front of house services at 100 Hatherton Street — inc front of house services from 16:30 hrs to 21.00 hrs to receive any guests and ensure the building is secure.

Site security and key holding — To provide key holding and security services for any whg buildings or other assets where required following closure and lock up each evening and over weekends. To include CCTV monitoring supplemented by physical checks and patrols were applicable and responding to any alarm activations or requirements to attend sites.

The contractor will need to provide officers that are trained to the highest standards in order to carry out the versatile duties required which include CCTV, mobile patrols and manned guarding. The officers provided will need to meet the high standards of professionalism, appearance and customer service that are expected of a representative of whg.

The fixed term Contract will commence on 1.4.2018 for an initial period of 2 years. The contract will be extendable up to a maximum of 2 years by one or more extensions of whatever period(s) the Client specifies subject to satisfactory performance by the provider. The total contract term will not exceed 4 years.

Relevant and proportionate suitability assessments will be undertaken eg mandatory and discretionary exclusions: taxes, bankruptcy, misconduct and other situations referred to in the 2015 Regs. whg will also check that any bidder has the legal and financial capacities and the technical and professional abilities to perform the contract.

Whg does not bind itself to accept the lowest tender or any tender and will not be responsible for, or pay any expenses incurred by the Tenderer in the preparation of this tender.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

WHG

100 Hatherton Street, 3rd Floor

Walsall

WS1 1AB

UK

Contact person: Ms Catherine Meehan or Mrs Louise Green

Telephone: +44 3005556666

E-mail: Procurement@whgrp.co.uk

NUTS: UKG3

Internet address(es)

Main address: http://www.whg.uk.com

Address of the buyer profile: http://www.whg.uk.com

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://procontract.due-north.com/ProjectManagement/ProjectDashboard?projectId=adcf56a6-e8bf-e711-80e6-005056b64545


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/ProjectManagement/ProjectDashboard?projectId=adcf56a6-e8bf-e711-80e6-005056b64545


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

CCTV, Control Room and Anti Social Behaviour Services

Reference number: DN306931

II.1.2) Main CPV code

79710000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Whg is seeking a security services supplier to provide trained and qualified personnel for: Control and operation of whgs surveillance and monitoring services within CCTV control room; mobile patrol and response service; general security and manned guard duties and front of house duties.

Whg require a flexible workforce .This procurement in conducted in line with Light Touch Regime rules.

Whg will require the following levels of insurance: Professional indemnity 2 000 000 GBP; Employers liability 10 000 000 GBP, Public liability 10 000 000 GBP. TUPE will apply to this contract.

Your organisation must hold NSI guarding gold scheme accreditation or equivalent.

Your organisation must show a turnover of 1 300 000 GBP over 2 years.

Other conditions apply, please read complete notice.

II.1.5) Estimated total value

Value excluding VAT: 700 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

79715000

79714000

79713000

II.2.3) Place of performance

NUTS code:

UKG3

II.2.4) Description of the procurement

Whg are committed to the deployment of e-Tender methodology. This ITT process will be managed via our electronic tender solution hosted by Due North (referred to in this document as The Housing Procurement Portal (“The Portal”). All document exchange and communication between whg and selected tenderers will always be via the portal. The portal provides a secure, auditable and efficient method of exchanging information and documents between the parties.

Out of hour’s service — this service is designed to supplement the work of the community safety team in tackling antisocial behaviour and providing a high quality service to our customers and will be achieved through a series of actions which will include responsive visits to customers or sites, pre-planned patrols and pre planned requests for specific tasks to be completed in order to achieve two primary objectives.

— Prevent anti-social behaviour or reduce it where it is already occurring.

— Gather evidence of anti-social behaviour to support whg’s community safety team.

CCTV services — To monitor whg’s expansive CCTV surveillance systems which includes coverage of whg’s high rise blocks, office buildings and other locations and whg assets. This includes both external and interior cameras which are required to be monitored 24 hours a day every day of the year. To handle telephone calls outside of office hours regarding the out of hours service and customer reports of anti-social behaviour.

Front of house services at 100 Hatherton Street — inc front of house services from 16:30 hrs to 21.00 hrs to receive any guests and ensure the building is secure.

Site security and key holding — To provide key holding and security services for any whg buildings or other assets where required following closure and lock up each evening and over weekends. To include CCTV monitoring supplemented by physical checks and patrols were applicable and responding to any alarm activations or requirements to attend sites.

The contractor will need to provide officers that are trained to the highest standards in order to carry out the versatile duties required which include CCTV, mobile patrols and manned guarding. The officers provided will need to meet the high standards of professionalism, appearance and customer service that are expected of a representative of whg.

The fixed term Contract will commence on 1.4.2018 for an initial period of 2 years. The contract will be extendable up to a maximum of 2 years by one or more extensions of whatever period(s) the Client specifies subject to satisfactory performance by the provider. The total contract term will not exceed 4 years.

Relevant and proportionate suitability assessments will be undertaken eg mandatory and discretionary exclusions: taxes, bankruptcy, misconduct and other situations referred to in the 2015 Regs. whg will also check that any bidder has the legal and financial capacities and the technical and professional abilities to perform the contract.

Whg does not bind itself to accept the lowest tender or any tender and will not be responsible for, or pay any expenses incurred by the Tenderer in the preparation of this tender.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

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

II.2.14) Additional information

These services are within the scope of Schedule 3 of The Public Contracts Regulations 2015 Nº 102 and are therefore subject to the ‘light touch’ public procurement regime in accordance with Section 7 of the 2015 Regulations. Your company must show an annual turnover of at least 1 300 000 GBP for the last 2 years, Please read in conjunction with Section 11.2.4 and 111.2.2 before expressing an interest.

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

Please read in conjunction with 11.2.4 and 11.2.14. Staff provided will have been subjected to enhanced DBS checks — this is a pass / fail requirement. All staff must hold a relevant SIA license. This is a pass / fail requirement. All staff will be licensed under the provisions of the Private Security Industry Act 2001. If engaged in CCTV activities will be qualified to Level 2 public space surveillance. If employed in guarding or mobile patrols will require qualification to Level 2 in security guarding, including conflict management and key holding. Any company bidding must hold NSI guarding gold scheme accreditation or equivalent — this is a pass / fail requirement.

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

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: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 26/01/2018

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 26/01/2018

Local time: 12:05

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.4) Procedures for review

VI.4.1) Review body

The Royal Courts of Justice

Strand

London

WS2a 2LL

UK

VI.5) Date of dispatch of this notice

04/01/2018

Coding

Commodity categories

ID Title Parent category
79713000 Guard services Security services
79715000 Patrol services Security services
79710000 Security services Investigation and security services
79714000 Surveillance services Security services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Procurement@whgrp.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.