Skip to main content.

The Litmus Partnership: Ashdown Phillips Tootal Buildings ~ Security Tender

  The Litmus Partnership is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Ashdown Phillips Tootal Buildings ~ Security Tender
Notice type: Contract Notice
Authority: The Litmus Partnership
Nature of contract: Services
Procedure: Restricted
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.
Published: 12/07/2023 15:23
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

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


View any Notice Addenda

View Award Notice

UK-Manchester: Security services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       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.4)Type of the contracting authority:
      Other type:: Privated limited company

   I.5) Main activity:
      Other activity: Specialist Property Management Company

Section II: Object Of The Contract

   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.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 633,832.41
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKD3 - Greater Manchester
   
      Main site or place of performance:
      Greater Manchester
             

      II.2.4) Description of the 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:
       Not Provided

      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: To respond to this opportunity please click here: https://litmustms.co.uk/respond/2T5D82248X


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted Accelerated
         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       
      A dynamic purchasing system was set up: No

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2023/S 000-020004
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/08/2023

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             CIS Security Limited, 01555444
             418-426 Lewisham High Street, London, SE13 6LJ, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 1          
         Total value of the contract/lot: 633,832.41
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   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.
To view this notice, please click here:
https://litmustms.co.uk/delta/viewNotice.html?noticeId=815616666

   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.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 11/01/2024