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