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

WP3814 - Security Services

  • First published: 09 November 2023
  • Last modified: 09 November 2023

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:
ocds-h6vhtk-041669
Published by:
Walsall Metropolitan Borough Council
Authority ID:
AA31651
Publication date:
09 November 2023
Deadline date:
08 December 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Council wishes to appoint one provider for the service outlined in the technical specification in these documents (Specification, at Part 03, Section A). These services shall be required to cover 24 hours/365-day period (for the benefit of any doubt, to include bank holidays). In relation to the Key Holding section (Sub Section 2) of the specification. The Council currently has 26 sites where key holding services are in place, however the Council is looking to increase this number. A list of these properties can be found at Schedule 2 of the specification. These services will be required to a range of Council owned and managed buildings (the ‘Council Premises’); a list of these properties has been issued (Appendix 4 – Master Address List) as part of these ITT documents. The Council reserves the right to add or remove properties to this list as changes to the property portfolio occurs during the life of the contract.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Walsall Metropolitan Borough Council

Civic Centre, Darwall Street,

Walsall

UK

Contact person: Julie Jones

E-mail: procurement@walsall.gov.uk

NUTS: UKG38

Internet address(es)

Main address: www.walsall.gov.uk

Address of the buyer profile: https://in-tendhost.co.uk/walsallcouncil

I.3) Communication

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

https://in-tendhost.co.uk/walsallcouncil


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


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

WP3814 - Security Services

Reference number: WP3814

II.1.2) Main CPV code

79710000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Council wishes to procure the services of a suitably qualified and experienced provider to deliver Walsall Council’s operational security services to Council owned buildings and events under their control within the borough. The Council wishes to appoint one provider for the service outlined in the technical specification in these documents (Specification, at Part 03, Section A). These services shall be required to cover 24 hours/365-day period (for the benefit of any doubt, to include bank holidays).In relation to the Key Holding section (Sub Section 2) of the specification. The Council currently has 26 sites where key holding services are in place, however the Council is looking to increase this number. A list of these properties can be found at Schedule 2 of the specification.These services will be required to a range of Council owned and managed buildings (the ‘Council Premises’), a list of these properties has been issued (Appendix 3 – Master Address List) as part of

II.1.5) Estimated total value

Value excluding VAT: 290 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

79710000

79711000

79713000

79715000

II.2.3) Place of performance

NUTS code:

UKG38


Main site or place of performance:

Walsall

II.2.4) Description of the procurement

The Council wishes to appoint one provider for the service outlined in the technical specification in these documents (Specification, at Part 03, Section A). These services shall be required to cover 24 hours/365-day period (for the benefit of any doubt, to include bank holidays). In relation to the Key Holding section (Sub Section 2) of the specification. The Council currently has 26 sites where key holding services are in place, however the Council is looking to increase this number. A list of these properties can be found at Schedule 2 of the specification. These services will be required to a range of Council owned and managed buildings (the ‘Council Premises’); a list of these properties has been issued (Appendix 4 – Master Address List) as part of these ITT documents. The Council reserves the right to add or remove properties to this list as changes to the property portfolio occurs during the life of the contract.

II.2.5) Award criteria

Criteria below:

Quality criterion: Non-price Criteria / Weighting: 30

Cost criterion: Price / Weighting: 70

II.2.6) Estimated value

Value excluding VAT: 290 000.00  GBP

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

Start: 01/03/2024

End: 28/02/2027

This contract is subject to renewal: Yes

Description of renewals:

2 x 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

II.2.14) Additional information

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

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.1.8) 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: 08/12/2023

Local time: 12:23

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

EN

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: 11/12/2023

Local time: 13:00

Place:

Walsall

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Interest in this contract process should be expressed via the Council’s e-Tendering Portal – https://in-tendhost.co.uk/walsallcouncil The Council reserves the right to cancel the procurement and not to proceed with the contract. The Council also reserves the right not to award a contract or to award a contract for parts or part of the services only. The Council will not, under any circumstances, reimburse any expense incurred by bidders in preparing their SSQ or tender submissions. The Council notes that the award of the contract may involve a transfer of employment undertakings pursuant to the Transfer of Undertakings (Protection of Employment) Regulations 2006, and will clarify the position with the applicants during the tender process. This is a voluntary contract notice. Under this [procurement / project] the [contractor / developer] is required to actively participate in the economic and social regeneration of the locality of and surrounding the place of delivery for the [procurement / project]. Accordingly contract performance conditions may relate in particular to social and environmental considerations.

VI.4) Procedures for review

VI.4.1) Review body

See VI.4.3

Walsall

UK

VI.4.2) Body responsible for mediation procedures

See VI.4.3

Walsall

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The Council will incorporate a standstill period at the point when information on the proposed award of the contract is communicated to tenderers. The standstill period, which will be for a minimum of ten calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Aggrieved parties who have been harmed or are at risk of harm by any breach of the Council’s obligations may take action in the High Court (England, Wales and Northern Ireland).

VI.5) Date of dispatch of this notice

07/11/2023

Coding

Commodity categories

ID Title Parent category
79711000 Alarm-monitoring services Security services
79713000 Guard services Security services
79715000 Patrol services Security services
79710000 Security services Investigation and 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@walsall.gov.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.