Notice Information
Notice Title
Lakeside - Security Services
Notice Description
Portsmouth City Council ('the council') is inviting tenders from suitably qualified and experienced SIA or equivalent accredited suppliers for the provision of security guarding services at Lakeside North Harbour, Portsmouth. The council's target date for award of contract is March 26th, 2024, with service commencement following on May 31st, 2024. The initial contract term will be for 3 years with possibility of extending the term by a further 4 years in increments to be agreed, subject to the agreement and performance of both parties. The form of contract used will be the Council's standard terms for the supply of services. The estimated annual value of the contract is PS375,000 based upon current core requirements. The value of the contract for delivery of core requirements may increase or decrease in the event of changes to specification, changes to frequencies, and removal or addition of requirements from the contract. The Council cannot provide any guarantees of increases or decreases of the contract; however, any increases will be capped at 20% of the per annum contract value. The upper value of the contract in respect of core requirements could therefore theoretically increase to PS450,000 per annum. The above value estimate does not include for any non-core ad-hoc requirements such as additional support for events, specialist ad-hoc services, etc. No accurate estimate or guarantee in respect of value for non-core ad-hoc services can be provided, but it could equate to an upper additional value of PS10,000 per annum. Therefore, the full upper per annum value of the contract could theoretically equate to PS460,000 if additions to score services are taken up and a high volume of non-core ad-hoc services is commissioned via the contract. The council is ideally seeking to deliver a saving through this procurement process and avoid any cost increases. Therefore, Council reserves the right to set aside any tender that exceeds PS375,000 per annum for delivery of the Council's current core requirements. Tenderers, other than the current incumbent supplier, should also note that tenders will only be accepted where the tenderer can evidence that they have attended a scheduled tour of the site. The Council will run the procurement process in accordance with the 'Open Procedure' as set out within the Public Contracts Regulations (2015). The procurement timetable is detailed below: Procurement documents available on In-tend - 23.01.2023 Deadline for booking site visit - 05.02.2023 12:00 Site visits and bidders briefing - 06.02.2023 - 10am and 3pm 07.02.2023 - 10am and 3pm Deadline for requests for clarification - 15.02.2023 at 23:59 Tender return deadline - 22.02.2023 at 12:00 Notification letters issued - 14.03.2023 Standstill period starts - 15.03.2024 Standstill period ends - 25.03.2024 at 23:59 Contract award - 26.03.2024 The Council will administrate the procurement process using its e-sourcing system In-tend. The In-tend system can be accessed free of charge via the following web link: https://intendhost.co.uk/portsmouthcc/aspx/home
Lot Information
Lot 1
Lakeside North Harbour is a premium 130-acre business campus in Portsmouth and recent winner of the South Coast Property Workplace of the year award. Home to a variety of international and local companies, including Babcock, Wiggle, Lead Forensics, Markerstudy, Virgin Media and Handelsbanken: Lakeside North Harbour, offers a flexible working space with a range of office suites from 1,000 to 70,000 sq ft, in an impressive environment and boasting many amenities delivering unrivalled community and wellbeing in the perfect environment. Portsmouth City Council is seeking to appoint a security services supplier to provide services at Lakeside North Habour. The Supplier shall provide a service as required during the operational hours of the site. The Property will be open 365 days a year unless confirmed by the Facilities/Building Manager. The core office occupation hours are 0800 - 1700 Monday - Friday. Security services at Lakeside North Harbour include, but are not limited to: - Security Patrols - Post Room Duties - Loading Bay Management - CCTV monitoring - Key Holding - Alarm Monitoring - Lock and Unlock of Gates / Barriers/ Doors - Entrance Guarding - Car Park Management Additional information: Compulsory site tours will be held at Lakeside North Harbour, Portsmouth, PO6 3EN. There will be four site tours in total. Two site tours will take place on Tuesday 30th January at 10am and 3pm. Two site tours will take place on Wednesday 31st January at 10am and 3pm. Each site tour will last approx. 1.5 hours (including bidders briefing). At the end of each site tour there will be a bidders' briefing, which will also allow tenderers the opportunity to ask any questions they may have. An FAQ document will be issued via clarifications following the completion of all 4 site tours. Tenderers are required to visit the site prior to tender submission, if a tender is received and there is no evidence that the tenderer has attended the sites, the council reserves the right to put the tender aside. It should be noted, that there is no requirement for the incumbent supplier, Mitie, to take participate in a site tour although they are still welcome to attend. Interested suppliers must confirm full names & positions of attendees via InTend Correspondence prior to Monday 29th January 2024 at 12:00. A maximum of 2 attendees are allowed per supplier. When attending the site tours, tenderers will be required to report to reception at Building 1000, 15 minutes prior to tour commencement and state that are here to see Ian Cox, Estate Manager who will lead the tour around the Lakeside site. Due to staff rotas the council and Lakeside estate cannot provide any additional dates for visits to site. The council may not be able to accommodate requests for site visits made after Monday 29th January at 12:00.
Options: The initial contract term will be for 3 years with possibility of extending the term by a further 4 years in increments to be agreed, subject to the agreement and performance of both parties.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-042f1b
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/004265-2024
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
79710000 - Security services
79711000 - Alarm-monitoring services
79713000 - Guard services
79714000 - Surveillance services
79715000 - Patrol services
Notice Value(s)
- Tender Value
- £3,220,000 £1M-£10M
- Lots Value
- £3,220,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 8 Feb 20242 years ago
- Submission Deadline
- 22 Feb 2024Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- PORTSMOUTH CITY COUNCIL
- Contact Name
- Procurement Service
- Contact Email
- procurement@portsmouthcc.gov.uk
- Contact Phone
- +44 2392688235
Buyer Location
- Locality
- PORTSMOUTH
- Postcode
- PO1 2AL
- Post Town
- Portsmouth
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ3 Hampshire and Isle of Wight
- Small Region (ITL 3)
- TLJ31 Portsmouth
- Delivery Location
- TLJ31 Portsmouth
-
- Local Authority
- Portsmouth
- Electoral Ward
- Charles Dickens
- Westminster Constituency
- Portsmouth South
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-042f1b-2024-02-08T15:03:28Z",
"date": "2024-02-08T15:03:28Z",
"ocid": "ocds-h6vhtk-042f1b",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-042f1b",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Lakeside - Security Services",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "79710000",
"description": "Security services"
},
"mainProcurementCategory": "services",
"description": "Portsmouth City Council ('the council') is inviting tenders from suitably qualified and experienced SIA or equivalent accredited suppliers for the provision of security guarding services at Lakeside North Harbour, Portsmouth. The council's target date for award of contract is March 26th, 2024, with service commencement following on May 31st, 2024. The initial contract term will be for 3 years with possibility of extending the term by a further 4 years in increments to be agreed, subject to the agreement and performance of both parties. The form of contract used will be the Council's standard terms for the supply of services. The estimated annual value of the contract is PS375,000 based upon current core requirements. The value of the contract for delivery of core requirements may increase or decrease in the event of changes to specification, changes to frequencies, and removal or addition of requirements from the contract. The Council cannot provide any guarantees of increases or decreases of the contract; however, any increases will be capped at 20% of the per annum contract value. The upper value of the contract in respect of core requirements could therefore theoretically increase to PS450,000 per annum. The above value estimate does not include for any non-core ad-hoc requirements such as additional support for events, specialist ad-hoc services, etc. No accurate estimate or guarantee in respect of value for non-core ad-hoc services can be provided, but it could equate to an upper additional value of PS10,000 per annum. Therefore, the full upper per annum value of the contract could theoretically equate to PS460,000 if additions to score services are taken up and a high volume of non-core ad-hoc services is commissioned via the contract. The council is ideally seeking to deliver a saving through this procurement process and avoid any cost increases. Therefore, Council reserves the right to set aside any tender that exceeds PS375,000 per annum for delivery of the Council's current core requirements. Tenderers, other than the current incumbent supplier, should also note that tenders will only be accepted where the tenderer can evidence that they have attended a scheduled tour of the site. The Council will run the procurement process in accordance with the 'Open Procedure' as set out within the Public Contracts Regulations (2015). The procurement timetable is detailed below: Procurement documents available on In-tend - 23.01.2023 Deadline for booking site visit - 05.02.2023 12:00 Site visits and bidders briefing - 06.02.2023 - 10am and 3pm 07.02.2023 - 10am and 3pm Deadline for requests for clarification - 15.02.2023 at 23:59 Tender return deadline - 22.02.2023 at 12:00 Notification letters issued - 14.03.2023 Standstill period starts - 15.03.2024 Standstill period ends - 25.03.2024 at 23:59 Contract award - 26.03.2024 The Council will administrate the procurement process using its e-sourcing system In-tend. The In-tend system can be accessed free of charge via the following web link: https://intendhost.co.uk/portsmouthcc/aspx/home",
"value": {
"amount": 3220000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Lakeside North Harbour is a premium 130-acre business campus in Portsmouth and recent winner of the South Coast Property Workplace of the year award. Home to a variety of international and local companies, including Babcock, Wiggle, Lead Forensics, Markerstudy, Virgin Media and Handelsbanken: Lakeside North Harbour, offers a flexible working space with a range of office suites from 1,000 to 70,000 sq ft, in an impressive environment and boasting many amenities delivering unrivalled community and wellbeing in the perfect environment. Portsmouth City Council is seeking to appoint a security services supplier to provide services at Lakeside North Habour. The Supplier shall provide a service as required during the operational hours of the site. The Property will be open 365 days a year unless confirmed by the Facilities/Building Manager. The core office occupation hours are 0800 - 1700 Monday - Friday. Security services at Lakeside North Harbour include, but are not limited to: - Security Patrols - Post Room Duties - Loading Bay Management - CCTV monitoring - Key Holding - Alarm Monitoring - Lock and Unlock of Gates / Barriers/ Doors - Entrance Guarding - Car Park Management Additional information: Compulsory site tours will be held at Lakeside North Harbour, Portsmouth, PO6 3EN. There will be four site tours in total. Two site tours will take place on Tuesday 30th January at 10am and 3pm. Two site tours will take place on Wednesday 31st January at 10am and 3pm. Each site tour will last approx. 1.5 hours (including bidders briefing). At the end of each site tour there will be a bidders' briefing, which will also allow tenderers the opportunity to ask any questions they may have. An FAQ document will be issued via clarifications following the completion of all 4 site tours. Tenderers are required to visit the site prior to tender submission, if a tender is received and there is no evidence that the tenderer has attended the sites, the council reserves the right to put the tender aside. It should be noted, that there is no requirement for the incumbent supplier, Mitie, to take participate in a site tour although they are still welcome to attend. Interested suppliers must confirm full names & positions of attendees via InTend Correspondence prior to Monday 29th January 2024 at 12:00. A maximum of 2 attendees are allowed per supplier. When attending the site tours, tenderers will be required to report to reception at Building 1000, 15 minutes prior to tour commencement and state that are here to see Ian Cox, Estate Manager who will lead the tour around the Lakeside site. Due to staff rotas the council and Lakeside estate cannot provide any additional dates for visits to site. The council may not be able to accommodate requests for site visits made after Monday 29th January at 12:00.",
"value": {
"amount": 3220000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The initial contract term will be for 3 years with possibility of extending the term by a further 4 years in increments to be agreed, subject to the agreement and performance of both parties."
},
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79711000",
"description": "Alarm-monitoring services"
},
{
"scheme": "CPV",
"id": "79713000",
"description": "Guard services"
},
{
"scheme": "CPV",
"id": "79714000",
"description": "Surveillance services"
},
{
"scheme": "CPV",
"id": "79715000",
"description": "Patrol services"
}
],
"deliveryAddresses": [
{
"region": "UKJ31"
}
],
"deliveryLocation": {
"description": "Lakeside North Harbour, Portsmouth, PO6 3EN."
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://in-tendhost.co.uk/portsmouthcc/aspx/home",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Tenderers should note that they must hold Approved Contractor Status (ACS) as defined by the SIA Approved Contractor Scheme or equivalent at point of tender submission. If successful, the tenderer should hold Approved Contractor Status for the duration of the contract including for take up of extension options.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2024-02-22T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2024-02-22T12:01:00Z"
},
"bidOpening": {
"date": "2024-02-22T12:01:00Z"
},
"hasRecurrence": true,
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"text": "Compulsory site tours will be held at Lakeside North Harbour, Portsmouth, PO6 3EN. There will be four site tours in total. Two site tours will take place on Tuesday 30th January at 10am and 3pm. Two site tours will take place on Wednesday 31st January at 10am and 3pm. Each site tour will last approx. 1.5 hours (including bidders briefing). At the end of each site tour there will be a bidders' briefing, which will also allow tenderers the opportunity to ask any questions they may have. An FAQ document will be issued via clarifications following the completion of all 4 site tours. Tenderers are required to visit the site prior to tender submission, if a tender is received and there is no evidence that the tenderer has attended the sites, the council reserves the right to put the tender aside. It should be noted, that there is no requirement for the incumbent supplier, Mitie, to take participate in a site tour although they are still welcome to attend. Interested suppliers must confirm full names & positions of attendees via InTend Correspondence prior to Monday 29th January 2024 at 12:00. A maximum of 2 attendees are allowed per supplier. When attending the site tours, tenderers will be required to report to reception at Building 1000, 15 minutes prior to tour commencement and state that are here to see Ian Cox, Estate Manager who will lead the tour around the Lakeside site. Due to staff rotas the council and Lakeside estate cannot provide any additional dates for visits to site. The council may not be able to accommodate requests for site visits made after Monday 29th January at 12:00."
},
"newValue": {
"text": "Compulsory site tours will be held at Lakeside North Harbour, Portsmouth, PO63EN. There will be four site tours in total. Two site tours will take place on Tuesday 6th February at 10am and 3pm. Two site tours will take place on Wednesday 7th February at 10am and 3pm. Each site tour will last approx. 1.5 hours (including bidders briefing). At the end of each site tour there will be a bidders' briefing, which will also allow tenderers the opportunity to ask any questions they may have. An FAQ document will be issued via clarifications following the completion of all 4 site tours. Tenderers are required to visit the site prior to tender submission, if a tender is received and there is no evidence that the tenderer has attended the sites, the council reserves the right to set the tender aside. It should be noted, that there is no requirement for the incumbent supplier, Mitie, to take participate in a site tour, although they are still welcome to attend. Interested suppliers must confirm full names & positions of attendees via InTend Correspondence prior to Monday 5th February 2024 at 12:00. A maximum of 2 attendees are allowed per supplier. When attending the site tours, tenderers will be required to report to reception at Building 1000, 15 minutes prior to tour commencement and ask for Ian Cox, Estate Manager who will lead the tour around the Lakeside site. Due to staff rotas the council and Lakeside estate cannot provide any additional dates for visits to site. The council may not be able to accommodate requests for site visits made after Monday 05th February at 12:00."
},
"where": {
"section": "II.2.14"
}
}
]
},
{
"id": "2",
"unstructuredChanges": [
{
"oldValue": {
"text": "The council is ideally seeking to deliver a saving through this procurement process and avoid any cost increases. Therefore, Council reserves the right to set aside any tender that exceeds PS375,000 per annum for delivery of the Council's current core requirements. Tenderers, other than the current incumbent supplier, should also note that tenders will only be accepted where the tenderer can evidence that they have attended a scheduled tour of the site. The Council will run the procurement process in accordance with the 'Open Procedure' as set out within the Public Contracts Regulations (2015). The procurement timetable is detailed below: Procurement documents available on In-tend - 23.01.2023 Deadline for booking site visit - 05.02.2023 12:00 Site visits and bidders briefing - 06.02.2023 - 10am and 3pm 07.02.2023 - 10am and 3pm Deadline for requests for clarification - 15.02.2023 at 23:59 Tender return deadline - 22.02.2023 at 12:00 Notification letters issued - 14.03.2023 Standstill period starts - 15.03.2024 Standstill period ends - 25.03.2024 at 23:59 Contract award - 26.03.2024"
},
"newValue": {
"text": "The council is ideally seeking to deliver a saving through this procurement process and avoid any cost increases. Therefore, Council reserves the right to set aside any tender that exceeds PS375,000 per annum for delivery of the Council's current core requirements. The budget cap of PS375,000 per annum is based upon delivery of the current core requirements and already includes for an uplift of the value for 2023/2024 to accommodate the increases to national minimum wage which will take effect from April 2024. Tenderers, other than the current incumbent supplier, should also note that tenders will only be accepted where the tenderer can evidence that they have attended a scheduled tour of the site. The Council will run the procurement process in accordance with the 'Open Procedure' as set out within the Public Contracts Regulations (2015). The procurement timetable is detailed below: Procurement documents available on In-tend - 23.01.2024 Deadline for booking site visit - 05.02.2024 12:00 Site visits and bidders briefing - 06.02.2024- 10am and 3pm 07.02.2024 - 10am and 3pm Deadline for requests for clarification - 26.02.2024 at 23:59 Tender return deadline - 08.03.2024 at 12:00 Notification letters issued - 02.04.2024 Standstill period starts - 03.04.2024 Standstill period ends - 12.04.2024 at 23:59 Contract award - 26.03.2024"
},
"where": {
"section": "II.1.4"
}
},
{
"oldValue": {
"date": "2024-02-22T12:00:00Z"
},
"newValue": {
"date": "2024-03-08T12:00:00Z"
},
"where": {
"section": "IV.2.2"
}
},
{
"oldValue": {
"date": "2024-02-22T12:01:00Z"
},
"newValue": {
"date": "2024-03-08T12:01:00Z"
},
"where": {
"section": "IV.2.7"
}
}
]
}
]
},
"parties": [
{
"id": "GB-FTS-73086",
"name": "Portsmouth City Council",
"identifier": {
"legalName": "Portsmouth City Council",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "Civic Offices, Guildhall Square",
"locality": "PORTSMOUTH",
"region": "UKJ31",
"postalCode": "PO1 2AL",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Procurement Service",
"telephone": "+44 2392688235",
"email": "procurement@portsmouthcc.gov.uk",
"url": "https://in-tendhost.co.uk/portsmouthcc/aspx/home"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.portsmouth.gov.uk/services/business/procurement/contract-opportunities-with-us/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-1579",
"name": "The High Court of Justice",
"identifier": {
"legalName": "The High Court of Justice"
},
"address": {
"streetAddress": "The Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-73086",
"name": "Portsmouth City Council"
},
"language": "en"
}