Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Birmingham City Council, Corporate Procurement Services
10 Woodcock Street
Contact point(s): Corporate Procurement Services
B4 7WB Birmingham
UNITED KINGDOM
Telephone: +44 1214648000
E-mail:
Fax: +44 1213037322
Internet address(es):
General address of the contracting authority: www.finditinbirmingham.com
Address of the buyer profile: www.in-tendhost.co.uk/birminghamcc
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
C0233 Supply and fitment of key safes.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Main site or location of works, place of delivery or of performance: Birmingham.
NUTS code UKG31
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with a single operator
Duration of the framework agreement
Duration in years: 4
II.1.5)Short description of the contract or purchase(s)
Birmingham City Council is seeking expressions of interest from suitably qualified and experienced organisations wishing to tender to deliver the supply and fitting of key safes for citizens who are unable to or experience difficulty in answering the door and that are dependent on statutory services.
The Council is looking for a provider, to cover the whole of the city and enter into a 2 year agreement commencing in April 2016, with potential extension for a further 2 years. The successful tender will supply and fit key safes following referrals from Birmingham City Council and will through this service promote the Council's ethos for increasing the safety and independence of citizens. Upon receipt of referral you will be required to manage the order from start to completion. This will involve communication with the citizen, visiting the property/site where the key safe is to be fitted and maintaining a basic database as a record.
The Council is committed to supporting vulnerable adults to live as independently as possible for as long as possible. Through commissioning of older adults and younger adult services we will look to ensure that services provided offer flexibility, and opportunities for citizens to live in a safe and caring environment. Providers must therefore be willing to work in partnership with citizens, and the Council to develop innovative flexible and outcome based approaches providing an appropriate service that takes into account Birmingham's diverse communities.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about optionsOptions: yes
Description of these options: 2 years plus option to extend a further 2 years.
II.2.3)Information about renewalsThis contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completion Starting 1.4.2016. Completion 31.3.2018
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Contracting Authority reserves the right to require deposits, guarantees, bonds and/or other forms of appropriate security.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
This will be in the tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and Several Liability.
No special legal form is required but in the case of group bidders the authority requires that a prime service provider assumes primary liability for the group and that each organisation in the group accepts joint and several liability.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: The successful tenderer will be required to participate actively in the service related economic, social and environmental regeneration of the locality of and surrounding the place of delivery for the procurement. Accordingly, tender evaluation and contract performance conditions may relate in particular to social, economic and environmental considerations. In addition the successful bidders who will offer their service to Birmingham City Council will be expected to sign up to the Birmingham Business Charter for Social Responsibility (see tender document).
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: As set out in the Tender Documentation.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As set out in the Tender Documentation.
Minimum level(s) of standards possibly required: As set out in the Tender Documentation.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As set out in the Tender Documentation.
Minimum level(s) of standards possibly required:
As set out in the Tender Documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
C0233
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 17.12.2015 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate18.12.2015 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:13.11.2015