UK-Manchester: Security services.
UK-Manchester: Security services.
Section I: Contracting Authority
		I.1) Name and addresses
				 Ashdown Phillips Tootal Buildings
				 Broadhurst House, 56 Oxford St, Manchester, M1 6EU, United Kingdom
				 Tel. +44 1276673880, Email: tenders@litmuspartnership.co.uk
				 Main Address: https://www.thetootalbuildings.co.uk/
				 NUTS Code: UKD3
		I.2) Joint procurement
		The contract involves joint procurement:  No.
		In the case of joint procurement involving different countries, state applicable national procurement law:  Not provided 		
		The contract is awarded by a central purchasing body:  No.
		I.3) Communication
		The procurement documents are available for unrestricted and full direct access, free of charge, at:    https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Security-services./2T5D82248X 
		Additional information can be obtained from:  the abovementioned address 
		Tenders or requests to participate must be sent  to the abovementioned address 		
		Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:  Not provided 
		I.4) Type of the contracting authority
				Other type::  Privated limited company
		I.5) Main activity
				Other activity:
Section II: Object
II.1) Scope of the procurement
		II.1.1) Title:  Ashdown Phillips Tootal Buildings ~ Security Tender 		
		Reference Number:   Not provided 
		II.1.2) Main CPV Code: 
		79710000 - Security services.
 
		II.1.3) Type of contract:  SERVICES 
		II.1.4) Short description:  The Tootal Buildings are located in the vibrant and exciting neighbourhood of Manchester’s Oxford Road Corridor in Central Manchester. Together they form two iconic grade II listed inter-linked buildings. 		
		II.1.5) Estimated total value:
		Value excluding VAT:  1 		
		Currency:  GBP 
		II.1.6) Information about lots:
		This contract is divided into lots: No 		
	
II.2) Description
    		
		II.2.2) Additional CPV codes:
 		Not Provided 		
		II.2.3) Place of performance: 
		UKD3 Greater Manchester 
  		
		II.2.4) Description of procurement:  The building:
The Tootal Buildings are located in the vibrant and exciting neighbourhood of Manchester’s Oxford Road Corridor in Central Manchester. Together they form two iconic grade II listed inter-linked buildings.
The buildings have been transformed to provide Manchester with a sustainable, modern workspace and quality amenities.  (Home - The Tootal Buildings)
Scope:
Ashdown Phillips and Partners Ltd on behalf of our client are seeking proposals from security specialist to provide the following services:
Security and Concierge Primary Duties
•Offer a warm and professional welcome to visitors 
•Oversee the safe-keeping of the building’s keys to allow access for maintenance and repairs when necessary
•Contribute to the maintenance of the building by reporting faults or damage to fixtures and fittings
•Oversee deliveries and directing Couriers 
•Act as a first point of contact for any queries and complaints
•Deal with lost property and locating missing items
•Liaise with housekeeping and cleaning staff to ensure that safety and cleanliness standards are maintained
•IAuditor to be completed daily, 
•Open and lock up. 
•Monitor CCTV
Courtyard Main Duties
•Act as a first point of contact for visitors and tenants
•Offer a warm and professional welcome to visitors
•Monitor access / egress to ensure that any people entering the building via the courtyard are authorised to do so.
•Oversee Deliveries and directing Couriers 
•Booking visitors in and out
•Keep security log in DOB
•Open and lock up 
Operating Hours
Broadhurst Reception x 1 Officer 
•0700-1600hrs Monday to Friday 
•1600-1800hrs Monday to Friday
•Closed – Saturday & Sunday
Lee House Reception x 1 Officer
•0800-1700 hrs Monday to Friday 
•1700-2200 hrs Monday to Friday 
•2200-0800 hrs Monday to Friday 
•0800-2000 hrs Saturday & Sunday
•2000-0800 hrs Saturday & Sunday 
Courtyard x 1 officer
•0600-1800 hrs Monday to Friday
PLEASE NOTE: 
No value specified for the contract at PQQ Stage
The actual tenders closes on the 26th July at 12:00pm 
		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:  Not provided 		
		Currency:  Not provided 		
		II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
		Start: 01/10/2023 / End: 30/09/2026 		
		This contract is subject to renewal:   No  		
		Description of renewals:  Not provided 
		II.2.9) Information about the limits on the number of candidates to be invited:
				 Envisaged minimum number: 5 
				/ Maximum number: 10  		
		Objective criteria for choosing the limited number of candidates:  A minimum of 5 suppliers and a maximum of 10 suppliers will be taken forward to the tender stage of the process. Where less than 5 suppliers meet the minimum standards, only those that meet the minimum standards will be taken through to the tender stage. Where more than 5 suppliers meet the minimum standard, those suppliers with the highest scores will proceed to the tender stage  
		II.2.10) Information about variants: 
		Variants will be accepted: Yes 
		II.2.11) Information about options:
		Options:		 No 				
		Description of options:  Not provided 
		II.2.12) Information about electronic catalogues: 
		Tenders must be presented in the form of electronic catalogues or include an electronic catalogue:  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 		
		Identification of the project: Not provided 				
		II.2.14) Additional information:  To respond to this opportunity please click here: https://litmustms.co.uk/respond/2T5D82248X 		
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: 			
		Not Provided 		
		III.1.2) Economic and financial standing 		
		List and brief description of selection criteria: 		
		Not Provided 	
		Minimum level(s) of standards possibly required (if applicable) : 		
		Not Provided 	
		III.1.3) Technical and professional ability 
		List and brief description of selection criteria: 		
		Not Provided		
		Minimum level(s) of standards possibly required (if applicable) : 			
		Not Provided	
		III.1.5) Information about reserved contracts (if applicable)	
		The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons:  No 		
		The execution of the contract is restricted to the framework of sheltered employment programmes:          No 	
		
	III.2) Conditions related to the contract
		III.2.1) Information about a particular profession 			
		Execution of the service is reserved to a particular profession 	
		Reference to the relevant law, regulation or administrative provision: 			
		Not Provided  	
		III.2.2) Contract performance conditions 			
		Not Provided 			
		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:  Yes 	
Section IV: Procedure
	IV.1) Description RESTRICTED
		IV.1.1) Type of procedure: Restricted Acclerated	
		Justification for the choice of accelerated procedure: Due to start of contract date	
	IV.1.3) Information about a framework agreement or a dynamic purchasing system  	                
			The procurement involves the establishment of a framework agreement - NO 	  	                
			The procurement involves the setting up of a dynamic purchasing system - NO 	  
			In the case of framework agreements justification for any duration exceeding 4 years:   Not Provided 	
	
	
	IV.1.6) Information about electronic auction:
		An electronic auction will be used: No 
		Additional information about electronic auction:  Not provided 
	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:
			Notice number in the OJ S:  Not provided 		
		IV.2.2) Time limit for receipt of tenders or requests to participate
		 Date: 27/07/2023    Time: 12:00
		IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates:  03/08/2023 		
		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:  Not Provided		
		
Section VI: Complementary Information
	VI.1) Information about recurrence
	This is a recurrent procurement: No  	
	Estimated timing for further notices to be published:  Not provided 
	VI.2) Information about electronic workflows
	Electronic ordering will be used  No 		
	Electronic invoicing will be accepted  No 		
	Electronic payment will be used  No 		
	VI.3) Additional Information:  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.
It will be the supplier's responsibility to obtain any necessary documents in order to submit a response by the closing date and time. The contracting authority reserves the right not to award any or part of the contract which is the subject of this contract notice and reserves the right to terminate the procurement process at any time. The contracting authority will not be liable for any costs incurred by those expressing an interest in tendering for this contract opportunity. The contracting authority will consider variant bids, evaluating them (so far as the variant or the evaluation of the variant is in the opinion of the contracting authority practicable) on the same basis as a conforming bid, but shall not be obliged to accept any such bid in preference to a conforming bid even if the variant bid scores more highly. No variant will be considered unless the bidder simultaneously submits a conforming bid.
For more information about this opportunity, please visit the Delta eSourcing portal at: 
https://litmustms.co.uk/tenders/UK-UK-Manchester:-Security-services./2T5D82248X
To respond to this opportunity, please click here: 
https://litmustms.co.uk/respond/2T5D82248X
 	VI.4) Procedures for review
	VI.4.1) Review body:
				 Ashdown Phillips Tootal Buildings
		 Broadhurst House, 56 Oxford St, Manchester, M1 6EU, United Kingdom
	VI.4.2) Body responsible for mediation procedures: 
 Not provided 
	VI.4.3) Review procedure
	Precise information on deadline(s) for review procedures: 	
	 Not Provided 	
	VI.4.4) Service from which information about the lodging of appeals may be obtained: 
 Not provided 
	VI.5) Date Of Dispatch Of This Notice: 12/07/2023
Annex A