Torus62 Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Provision of Target Hardening Services |
Notice type: | Contract Notice |
Authority: | Torus62 Ltd |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Torus requires a single contractor to deliver Target Hardening service to properties across Liverpool, Warrington and St.Helens. |
Published: | 30/07/2024 15:30 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Torus62 Limited
Helena Central, St Helens, WA9 1LD, United Kingdom
Tel. +44 7718707048, Email: eamonn.cullen@torus.co.uk
Contact: Mr Eamonn Cullen
Main Address: https://www.torus.co.uk
NUTS Code: UKD
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-St-Helens:-Public-security%2C-law-and-order-services./DRBP3NXVFX
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-St-Helens:-Public-security%2C-law-and-order-services./DRBP3NXVFX 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
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Provision of Target Hardening Services
Reference Number: Not provided
II.1.2) Main CPV Code:
75240000 - Public security, law and order services.
DA29-8 - Social work
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Torus requires a single contractor to deliver Target Hardening service to properties across Liverpool, Warrington and St.Helens.
II.1.5) Estimated total value:
Value excluding VAT: 500,000
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:
UKD NORTH WEST (ENGLAND)
II.2.4) Description of procurement: Torus is seeking a single supplier to provide target hardening services to vulnerable Torus tenants who have become victims of specific crime. Target Hardening aims to strengthen the security of vulnerable tenant’s homes to prevent repeat crime and disorder including hate crime, domestic abuse, and anti-social behaviour. This tenant-focused initiative is critical in maintaining the safety and security of victims of the above crimes, reducing their need to seek alternate accommodation, and discouraging abusers from returning.
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: 500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: Option for 1 year extension
II.2.10) Information about variants:
Variants will be accepted: No
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: Not provided
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
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: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - 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: 29/08/2024 Time: 12:00
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
IV.2.7) Conditions for opening of tenders:
Date: 29/08/2024
Time: 12:01
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-St-Helens:-Public-security%2C-law-and-order-services./DRBP3NXVFX
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/DRBP3NXVFX
VI.4) Procedures for review
VI.4.1) Review body:
High Court of England of Wales
Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 1925452409
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: 30/07/2024
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Torus62 Limited
Helena Central, St Helens, WA9 1LD, United Kingdom
Tel. +44 7718707048, Email: eamonn.cullen@torus.co.uk
Contact: Mr Eamonn Cullen
Main Address: https://www.torus.co.uk
NUTS Code: UKD
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:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Provision of Target Hardening Services
Reference number: Not Provided
II.1.2) Main CPV code:
75240000 - Public security, law and order services.
DA29-8 - Social work
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Torus requires a single contractor to deliver Target Hardening service to properties across Liverpool, Warrington and St.Helens.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 301,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKD - NORTH WEST (ENGLAND)
Main site or place of performance:
NORTH WEST (ENGLAND)
II.2.4) Description of the procurement: Torus is seeking a single supplier to provide target hardening services to vulnerable Torus tenants who have become victims of specific crime. Target Hardening aims to strengthen the security of vulnerable tenant’s homes to prevent repeat crime and disorder including hate crime, domestic abuse, and anti-social behaviour. This tenant-focused initiative is critical in maintaining the safety and security of victims of the above crimes, reducing their need to seek alternate accommodation, and discouraging abusers from returning.
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: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: 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: 2024/S 000-023889
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: 24/12/2024
V.2.2) Information about tenders
Number of tenders received: 2
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)
247 LOCKS LIMITED, 07629702
3 Bath Walk, Off Edward Road, Birmingham, B12 9RH, United Kingdom
NUTS Code: UKD
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 301,000
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=915200044
VI.4) Procedures for review
VI.4.1) Review body
High Court of England of Wales
Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 1925452409
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: 08/01/2025