Ausschreibung: Dienstleistungen von Detekteien und Sicherheitsdiensten - UK-Rotherham Dienstleistungen von Detekteien und Sicherheitsdiensten Dienstleistungen von Sicherheitsdiensten Dienstleistungen im Bereich öffentliche Sicherheit Bewachungsdienste Dokument Nr...: 569220-2019 (ID: 2019120209201502966) Veröffentlicht: 02.12.2019 * UK-Rotherham: Dienstleistungen von Detekteien und Sicherheitsdiensten 2019/S 232/2019 569220 Auftragsbekanntmachung Dienstleistungen Rechtsgrundlage: Richtlinie 2014/24/EU Abschnitt I: Öffentlicher Auftraggeber I.1)Name und Adressen Offizielle Bezeichnung: Rotherham MBC Postanschrift: Riverside House, Main Street Ort: Rotherham NUTS-Code: UKE Postleitzahl: S60 1AE Land: Vereinigtes Königreich Kontaktstelle(n): Mrs Annette Norfolk E-Mail: [6]annette.norfolk@rotherham.gov.uk Telefon: +44 1709255759 Internet-Adresse(n): Hauptadresse: [7]http://www.rotherham.gov.uk/ Adresse des Beschafferprofils: [8]http://www.rotherham.gov.uk/ I.2)Informationen zur gemeinsamen Beschaffung I.3)Kommunikation Die Auftragsunterlagen stehen für einen uneingeschränkten und vollständigen direkten Zugang gebührenfrei zur Verfügung unter: [9]https://procontract.due-north.com Weitere Auskünfte erteilen/erteilt die oben genannten Kontaktstellen Angebote oder Teilnahmeanträge sind einzureichen elektronisch via: [10]https://procontract.due-north.com I.4)Art des öffentlichen Auftraggebers Regional- oder Kommunalbehörde I.5)Haupttätigkeit(en) Allgemeine öffentliche Verwaltung Abschnitt II: Gegenstand II.1)Umfang der Beschaffung II.1.1)Bezeichnung des Auftrags: 19-102 Static Guarding Referenznummer der Bekanntmachung: DN442424 II.1.2)CPV-Code Hauptteil 79700000 II.1.3)Art des Auftrags Dienstleistungen II.1.4)Kurze Beschreibung: This invitation to tender (ITT) is issued by Rotherham Metropolitan Borough Council (the Council) in connection with the competitive procurement of key holding and manned guarding services, including but not limited to static guarding, building patrols, gate house duties, gate locking and responsive alarm call outs. Details about the requirement are set out within the tender documentation. The potential provider(s) and its employees must be licensed to the correct level for the duties that will be requested by the Council. As a minimum these should be in accordance with the Security Industry Authority (SIA) required qualifications for security guards: Level 2 Award for working as a security officer within the private security industry. II.1.5)Geschätzter Gesamtwert II.1.6)Angaben zu den Losen Aufteilung des Auftrags in Lose: nein II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: II.2.2)Weitere(r) CPV-Code(s) 79710000 75241000 79713000 II.2.3)Erfüllungsort NUTS-Code: UKE II.2.4)Beschreibung der Beschaffung: Rotherham Borough Council are inviting bids from organisations who might be able to provide the authority with key holding and manned guarding services, including but not limited to static guarding, building patrols, gate house duties, gate locking and responsive alarm call outs. Rotherham Borough Council (RMBC) is looking for providers who will provide services in accordance with the following specification: The potential provider(s) and its employees must be licensed to the correct level for the duties that will be requested by the Council. As a minimum these should be in accordance with the Security Industry Authority (SIA) required qualifications for security guards: Level 2 Award for working as a security officer within the private security industry. The Council reserve the right to terminate the service providers employment if they fail to maintain their licence or allow it to lapse. Staff supplied to the Council should previously have been screened by the service provider in accordance with BS7858 (or equivalent). Staff to be engaged in the monitoring and management of CCTV will be required to undertake such duties in accordance with BS7958 (or equivalent) code of practice. The requirement for these services shall include for the provision of planned and ad-hoc guarding to various sites and establishments in compliance with BS 7499 static guarding and mobile patrol services (or equivalent), gate house duties, gate locking and responsive alarm call outs. The services are to be provided by experienced staff, fully trained in the services they are providing and in accordance with the National Security Inspectorate (NSI) guidelines, BSI 7858 security screening of individuals employed in a security environment or equivalent. II.2.5)Zuschlagskriterien Der Preis ist nicht das einzige Zuschlagskriterium; alle Kriterien sind nur in den Beschaffungsunterlagen aufgeführt II.2.6)Geschätzter Wert Wert ohne MwSt.: 1 800 000.00 GBP II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 48 Dieser Auftrag kann verlängert werden: nein II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: ja Beschreibung der Optionen: The initial contract period is 24 months with the option to extend for a further 2 x 12 month extension periods, subject to satisfactory performance at the sole discretion of the Council. II.2.12)Angaben zu elektronischen Katalogen II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben Abschnitt III: Rechtliche, wirtschaftliche, finanzielle und technische Angaben III.1)Teilnahmebedingungen III.1.1)Befähigung zur Berufsausübung einschließlich Auflagen hinsichtlich der Eintragung in einem Berufs- oder Handelsregister III.1.2)Wirtschaftliche und finanzielle Leistungsfähigkeit III.1.3)Technische und berufliche Leistungsfähigkeit III.1.5)Angaben zu vorbehaltenen Aufträgen III.2)Bedingungen für den Auftrag III.2.1)Angaben zu einem besonderen Berufsstand III.2.2)Bedingungen für die Ausführung des Auftrags: III.2.3)Für die Ausführung des Auftrags verantwortliches Personal Abschnitt IV: Verfahren IV.1)Beschreibung IV.1.1)Verfahrensart Offenes Verfahren IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen Beschaffungssystem IV.1.4)Angaben zur Verringerung der Zahl der Wirtschaftsteilnehmer oder Lösungen im Laufe der Verhandlung bzw. des Dialogs IV.1.6)Angaben zur elektronischen Auktion IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA) Der Auftrag fällt unter das Beschaffungsübereinkommen: ja IV.2)Verwaltungsangaben IV.2.1)Frühere Bekanntmachung zu diesem Verfahren IV.2.2)Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge Tag: 10/01/2020 Ortszeit: 12:00 IV.2.3)Voraussichtlicher Tag der Absendung der Aufforderungen zur Angebotsabgabe bzw. zur Teilnahme an ausgewählte Bewerber IV.2.4)Sprache(n), in der (denen) Angebote oder Teilnahmeanträge eingereicht werden können: Englisch IV.2.6)Bindefrist des Angebots IV.2.7)Bedingungen für die Öffnung der Angebote Tag: 10/01/2020 Ortszeit: 12:00 Abschnitt VI: Weitere Angaben VI.1)Angaben zur Wiederkehr des Auftrags Dies ist ein wiederkehrender Auftrag: nein VI.2)Angaben zu elektronischen Arbeitsabläufen VI.3)Zusätzliche Angaben: VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren Offizielle Bezeichnung: Rotherham Borough Council Ort: Rotherham Land: Vereinigtes Königreich VI.4.2)Zuständige Stelle für Schlichtungsverfahren VI.4.3)Einlegung von Rechtsbehelfen VI.4.4)Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen erteilt VI.5)Tag der Absendung dieser Bekanntmachung: 27/11/2019 References 6. mailto:annette.norfolk@rotherham.gov.uk?subject=TED 7. http://www.rotherham.gov.uk/ 8. http://www.rotherham.gov.uk/ 9. https://procontract.due-north.com/ 10. https://procontract.due-north.com/ OT: 02/12/2019 S232 Services - Contract notice - Open procedure United Kingdom-Rotherham: Investigation and security services 2019/S 232-569220 Contract notice Services Legal Basis: Directive 2014/24/EU Section I: Contracting authority I.1)Name and addresses Official name: Rotherham MBC Postal address: Riverside House, Main Street Town: Rotherham NUTS code: UKE Postal code: S60 1AE Country: United Kingdom Contact person: Mrs Annette Norfolk E-mail: [6]annette.norfolk@rotherham.gov.uk Telephone: +44 1709255759 Internet address(es): Main address: [7]http://www.rotherham.gov.uk/ Address of the buyer profile: [8]http://www.rotherham.gov.uk/ I.2)Information about joint procurement I.3)Communication The procurement documents are available for unrestricted and full direct access, free of charge, at: [9]https://procontract.due-north.com Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted electronically via: [10]https://procontract.due-north.com 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: 19-102 Static Guarding Reference number: DN442424 II.1.2)Main CPV code 79700000 II.1.3)Type of contract Services II.1.4)Short description: This invitation to tender (ITT) is issued by Rotherham Metropolitan Borough Council (the Council) in connection with the competitive procurement of key holding and manned guarding services, including but not limited to static guarding, building patrols, gate house duties, gate locking and responsive alarm call outs. Details about the requirement are set out within the tender documentation. The potential provider(s) and its employees must be licensed to the correct level for the duties that will be requested by the Council. As a minimum these should be in accordance with the Security Industry Authority (SIA) required qualifications for security guards: Level 2 Award for working as a security officer within the private security industry. II.1.5)Estimated total value II.1.6)Information about lots This contract is divided into lots: no II.2)Description II.2.1)Title: II.2.2)Additional CPV code(s) 79710000 75241000 79713000 II.2.3)Place of performance NUTS code: UKE II.2.4)Description of the procurement: Rotherham Borough Council are inviting bids from organisations who might be able to provide the authority with key holding and manned guarding services, including but not limited to static guarding, building patrols, gate house duties, gate locking and responsive alarm call outs. Rotherham Borough Council (RMBC) is looking for providers who will provide services in accordance with the following specification: The potential provider(s) and its employees must be licensed to the correct level for the duties that will be requested by the Council. As a minimum these should be in accordance with the Security Industry Authority (SIA) required qualifications for security guards: Level 2 Award for working as a security officer within the private security industry. The Council reserve the right to terminate the service providers employment if they fail to maintain their licence or allow it to lapse. Staff supplied to the Council should previously have been screened by the service provider in accordance with BS7858 (or equivalent). Staff to be engaged in the monitoring and management of CCTV will be required to undertake such duties in accordance with BS7958 (or equivalent) code of practice. The requirement for these services shall include for the provision of planned and ad-hoc guarding to various sites and establishments in compliance with BS 7499 static guarding and mobile patrol services (or equivalent), gate house duties, gate locking and responsive alarm call outs. The services are to be provided by experienced staff, fully trained in the services they are providing and in accordance with the National Security Inspectorate (NSI) guidelines, BSI 7858 security screening of individuals employed in a security environment or equivalent. II.2.5)Award criteria Price is not the only award criterion and all criteria are stated only in the procurement documents II.2.6)Estimated value Value excluding VAT: 1 800 000.00 GBP 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.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: yes Description of options: The initial contract period is 24 months with the option to extend for a further 2 x 12 month extension periods, subject to satisfactory performance at the sole discretion of the Council. II.2.12)Information about electronic catalogues 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 III.1.2)Economic and financial standing III.1.3)Technical and professional ability III.1.5)Information about reserved contracts III.2)Conditions related to the contract III.2.1)Information about a particular profession III.2.2)Contract performance conditions: III.2.3)Information about staff responsible for the performance of the contract Section IV: Procedure IV.1)Description IV.1.1)Type of procedure Open procedure IV.1.3)Information about a framework agreement or a dynamic purchasing system IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue IV.1.6)Information about electronic auction IV.1.8)Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: yes IV.2)Administrative information IV.2.1)Previous publication concerning this procedure IV.2.2)Time limit for receipt of tenders or requests to participate Date: 10/01/2020 Local time: 12:00 IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates IV.2.4)Languages in which tenders or requests to participate may be submitted: English IV.2.6)Minimum time frame during which the tenderer must maintain the tender IV.2.7)Conditions for opening of tenders Date: 10/01/2020 Local time: 12:00 Section VI: Complementary information VI.1)Information about recurrence This is a recurrent procurement: no VI.2)Information about electronic workflows VI.3)Additional information: VI.4)Procedures for review VI.4.1)Review body Official name: Rotherham Borough Council Town: Rotherham Country: United Kingdom VI.4.2)Body responsible for mediation procedures VI.4.3)Review procedure VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice: 27/11/2019 -------------------------------------------------------------------------------- Database Operation & Alert Service (icc-hofmann) for: The Office for Official Publications of the European Communities The Federal Office of Foreign Trade Information Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de