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

Provision of Guarding Services

  • First published: 20 November 2020
  • Last modified: 20 November 2020

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:
Unknown
Authority ID:
AA47308
Publication date:
20 November 2020
Deadline date:
-
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Full notice text

CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE AND SECURITY

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Ministry of Defence, C&C, C&C

Ministry of Defence, Spur B2, Building 405, MOD Corsham, Westwells Road

Corsham

SN13 9NR

UK

N Reader


+44 3001512679

DefComrclCC-JFC3All@mod.gov.uk


www.mod.gov.uk


Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Provision of Guarding Services

II.1.2)

Type of service contract

3

Main site or location of works, place of delivery or performance

East Anglia.


UKH1

II.1.3)

Information on framework agreement

Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds seven years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Guard services. Guard services. Provision of guarding services for Pathfinder Building at RAF Wyton.

II.1.6)

Common Procurement Vocabulary (CPV)

79713000

II.1.7)

Information about subcontracting

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

Guarding services. Unarmed, static manned guarding for Pathfinder Building at RAF Wyton, postcode area PE28. Pathfinder Building requires 24/7/365 days a year guarding. The future requirement is for approx 20 guards (4 shifts of 4) four extra working during the day. There is also a requirement for a pool of relief guards to cover leave and sickness. However, flexibility in manning numbers will be required. Guards are requested to have Developed Vetting (DV) clearance, however, at the start of the contract a minimum of 16 DV cleared guards will be acceptable, with the remaining having security clearance (SC). Typical duties are to include the following list which is not exclusive:

(a) controlling access to the building and to specific rooms/areas;

(b) managing visitors to the building (including reception duties, confirming identification, pass issue and person searches);

(c) checking deliveries to the building including baggage X-ray;

(d) monitoring activity in and around the building either by foot control or CCTV;

(e) responding to alarms (e.g. intruder detection, fire, building management);

(f) controlling emergency evacuations of the building;

(g) visitor escorting duties; all guards must be willing to undertake and pass the UK Government Developed Vetting (DV) Clearance and maintain it throughout the duration of their performance in the contract.

 450 000870 000
GBP

II.2.2)

Information about options

The contract will be for 4 years with an option to extend for a further 9 months. This option will be exercised by the authority no later than 3 months before the contract end date.

Provisional timetable for recourse to these options

II.2.3)

Information about renewals



II.3)

Duration of the contract or limit for completion

57

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

N/A

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Payment will follow delivery and acceptance of services.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the authority. The authority shall require the group to form a legal entity before entering into the contract.

III.1.4)

Other particular conditions to which the performance of the contract is subject

The majority of staff (16) must be cleared to Developed Vetting (DV) before contract award. The remainder must be security cleared (SC).

The authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by a Security Aspects Letter, the authority reserves the right to amend the terms of the Security Aspects Letter to reflect any changes in national law or government policy whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies or otherwise.

TUPE obligations are applicable. The service is currently being performed by Corps of Commissionaires Management Ltd T/A Corps Security.

III.1.5)

Information about security clearance


 30-06-2021

III.2)

Conditions for Participation

III.2.1)

Personal situation



The authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a candidate is eligible to be invited to tender.

A full list of the Regulation 23(1) and 23(2) criteria are at http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr

Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process.

Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so.

Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the authority.




Developed Vetting security clearance is required for all staff proposed to carry out any part of the contract.

III.2.2)

Economic and financial standing



(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established

Please provide 2 years worth of audited annual accounts or equivalent information as requested in the PQQ.









III.2.3)

Technical and/or professional capacity











III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

Yes

Security Industry Authority (SIA) Training required.

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

No

Section IV: Procedure

IV.1)

Type of Procedure

IV.1.1)

Type of Procedure


Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box

Justification for the choice of accelerated procedure

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

36

Objective criteria for choosing the limited number of candidates

Suppliers must read through this set of instructions and follow the process to respond to this opportunity.

The information and/or documents for this opportunity are available on www.contracts.mod.uk You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.

Suppliers must log in, go to the Response Manager and add the following access code 426JGRU9HA Please ensure you follow any instructions provided to you.

The deadline for submitting your response(s) is 17 December 2020 17.00. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.

If you experience any difficulties please refer to the online Frequently Asked Questions (FAQS) or the user guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or call 0800282324

Interested suppliers are required to complete the dynamic pre-qualification questionnaire (DPQQ) to provide the authority with information to evaluate the supplier's capacity and capability against the selection criteria.

The authority uses the DPQQ response to create a shortlist of tenderers who:

1) are eligible to participate;

2) fulfil any minimum economic, financial, professional and technical standards; and

3) best meet, in terms of capacity and capability, the selection criteria set out in this notice and the DPQQ.

Further details of the method for choosing the tenderers is set out in the DPQQ.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

701224378

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for requests to participate

 17-12-2020  17:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 12-01-2021

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

Section VI: Complimentary Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

Please copy the following text into your contract notice. This will provide suppliers with the appropriate instruction to respond when you advertise this opportunity.

Suppliers must read through this set of instructions and follow the process to respond to this opportunity.

The information and/or documents for this opportunity are available on https://www.contracts.mod.uk/delta You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.

Suppliers must log in, go to your Response Manager and add the following access code: 426JGRU9HA

Please ensure you follow any instruction provided to you here.

The deadline for submitting your response(s) is 17 December 2020 17.00. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.

If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ's) or the user guides or contact the MOD DCO Helpdesk by emailing — support@contracts.mod.uk or call 0800282324.

Please note the correct access code is 426JGRU9HA

Please ignore references to 3B5886E997.

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. The authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification.

https://www.gov.uk/government/publications/government-security-classifications

Advertising regime OJEU: this contract opportunity is published in the Official Journal of the European Union (OJEU), the MoD Defence Contracts Bulletin and www.contracts.mod.uk

Suppliers must read through this set of instructions and follow the process to respond to this opportunity.

The information and/or documents for this opportunity are available on http://www.contracts.mod.uk

You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.

Suppliers must log in, go to your Response Manager and add the following access code: 3B5886E997.

Please ensure you follow any instruction provided to you here.

The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the Access code via DCO as the opening and closing date is visible within the opportunity.

Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents.

If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ's) or the user guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or telephone 0800282324.

Go reference: GO-20201117-DCB-17381672

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


Ministry of Defence, C&C, C&C


Corsham


UK




Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 17-11-2020

Coding

Commodity categories

ID Title Parent category
79713000 Guard 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:
N/a
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.