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
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityProvision of Guarding Services |
II.1.2)
|
Type of service contract3Main site or location of works, place of delivery or performance
East Anglia. UKH1 |
II.1.3)
|
Information on framework agreement
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
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
|
|
|
|
|
|
|
|
|
|
|
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 scopeGuarding 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 optionsThe 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 completion57 |
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
|
|
|
|
|
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
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate36 |
|
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
|
|
|
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
|
|
|
|
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
|
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 |