UK-Leeds: Security services.
NEUPC Ltd
Contracting authority
- Contracting authority:
- NEUPC Ltd
- Public Procurement Organisation Number:
- PVTM-8818-LTHQ
- Address:
Phoenix House, 3 South Parade, 3 South Parade
Leeds
LS1 5QX
UK- Contact name:
- Matthew Johnson
- Email:
- m.johnson@neupc.ac.uk
- Telephone:
- +441134871759
- Website:
- Not provided
- Organisation type:
- REGIONAL_AUTHORITY
- Devolved regulations that apply:
- None
- Contracting authority:
- NWUPC Ltd
- Public Procurement Organisation Number:
- PLZJ-2257-TGCV
- Address:
Room 404, 4th Floor, Crescent House, University of Salford
Manchester
M5 4WT
UK- Contact name:
- Myles Woodman
- Email:
- myles.woodman@nwupc.ac.uk
- Telephone:
- Not provided
- Website:
- Not provided
- Organisation type:
- BODY_PUBLIC
- Devolved regulations that apply:
- None
- Contracting authority:
- SUPC Ltd
- Public Procurement Organisation Number:
- PZZN-4928-CWMD
- Address:
Reading Enterprise Centre, Whiteknights Rd
Reading
RG6 6BU
UK- Contact name:
- Taron Smith
- Email:
- t.a.smith@reading.ac.uk
- Telephone:
- Not provided
- Website:
- Not provided
- Organisation type:
- BODY_PUBLIC
- Devolved regulations that apply:
- None
Procedure
- Procedure type:
Competitive flexible procedure- Dynamic market OCID:
- Not provided
- Competitive flexible procedure description:
- Issue PSQ28/04/26- 13/05/26
Evaluate PSQ Responses14/05/26- 20/05/26
Issue ITP to market21/05/26 - 15/06/26
Suppliers to submit clarification questions21/05/26 - 04/06/26
NEUPC to respond to clarification questions21/05/26 - 04/06/26
Supplier to submit final response to NEUPC15/06/26 - 15/06/26
Evaluate Responses16/06/26 - 3/07/26
At this stage, up to six suppliers per region per Lot will be taken forward to the negotiation stage. If scores are very close between 6th and subsequent places (within 1%) then we reserve the right to proceed with more suppliers per region per Lot. Equally, if there is a clear and significant gap between suppliers at this stage, we reserve the right to proceed with less suppliers per region per Lot
Option for negotiation14/07/26 - 20/07/26
Framework Award 21/07/26 - 12/08/26
Framework Award Recommendation 21/07/26 - 30/07/26
Issue assessment summaries21/07/26 - 30/07/26
Standstill31/07/26 - 11/08/26
Framework Award12/08/26 - 12/08/26
At this stage, up to six suppliers per region per Lot will be awarded to the Framework. If scores are very close between 6th and subsequent places (within 1%) then we reserve the right to award to more suppliers per region per Lot. Equally, if there is a clear and significant gap between suppliers at this stage, we reserve the right to award to less suppliers per region per Lot - Preliminary market engagement conducted:
- Yes
- Dynamic market:
- No
- Tenders received:
- 0
- Tenders assessed:
- 0
- Tenders from SMEs:
- 0
- Tenders from VCSEs:
- 0
- Special regime:
None
Scope
- Title:
- Security & Cleaning Services
- Reference number:
- EFM2065 NE
- Main procurement category:
- SERVICES
- Description:
- The provision of Security Services, Cleaning Services or a combined Security & Cleaning Service
To view this notice, please click here:
https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=1032072484
To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/5X9H239K22 - Total value (estimated):
GBP 20,000,000 excluding VAT
GBP 24,000,000 including VAT- Maximum number of lots a supplier can bid for:
- 1
- Maximum number of lots a supplier can be awarded:
- 1
- Description of how multiple lots may be awarded:
- Each Lot will be split into regions
•North East
•East Midlands
•West Midlands
•North West
•East Anglia
•South East including a limited number of locations in London
•South West
•Northern Ireland
•Wales
Scoring will be applied based on your responses and ranking for each region will be done based on the number of responses for that region. Therefore, you may be ranked in one position for one region, but another position for another lot, based on the number of responses and scores of those responses
Award will be made to each region per Lot, so if you are accepted for some regions as one of the highest scorers, this does not guarantee being awarded to all regions, based on relative scoring
Lots
Lot 1: Security Services
- Description:
- Provision of Security Services including but not limited to
•On-site static guarding
•Mobile patrols
•Keyholding
•Building security
•Door supervision
•Reception / Concierge
•Event security
•Car park management
•Stewards
•Canine services
•Alarm response
•CCTV operators (SIA)
•Remote helpdesk
•Security administration
•Consultancy
•Drone operative - Suitable for SMEs:
- Yes
- Suitable for VCSEs:
- No
- Value (estimated):
GBP 5,000,000 excluding VAT
GBP 6,000,000 including VAT- Contract dates (estimated):
- 12/08/2026 to 10/08/2029
- CPV classifications:
79710000 - Security services.- Contract can be extended:
- Yes
- Extension date:
- 10/08/2030
- Delivery regions:
UK - UNITED KINGDOM- Award criteria:
Name: Technical & Quality Questions / Weighting: 60
Name: Price / Weighting: 40- Legal and financial capacity conditions of participation:
- In order to facilitate the Authority's assessment of a Participant's economic and financial standing, we would look to ensure that all bidders have a liquidity ratio of over 1. To get this ratio, please provide the following calculation, using figures from your most recent audited accounts.
Liquidity Ratio = Current Assets ÷ Current Liabilities.
A liquidity ratio of 1 or greater indicates that:
•The organisation has sufficient short term assets to meet its short term liabilities
•The organisation is financially stable in the near term
•The risk of cash flow related service disruption is reduced
This assessment is intended to establish basic financial resilience, not overall profitability or long term viability.
Lot 2: Cleaning Services
- Description:
- Cleaning services including but not limited to
•Student accommodation cleaning during summer turnround
•deep cleans.
•routine or periodic cleans.
•offices (including general office facilities such as toilets and small kitchens)
•sports facilities
•conference facilities
•commercial kitchens
•oven cleaning
•specialist floor cleaning
•litter picking
•removal of graffiti
•laboratory cleaning
•Cleaning of IT and digital equipment - Suitable for SMEs:
- Yes
- Suitable for VCSEs:
- No
- Value (estimated):
GBP 5,000,000 excluding VAT
GBP 6,000,000 including VAT- Contract dates (estimated):
- 12/08/2026 to 10/08/2029
- CPV classifications:
90910000 - Cleaning services.- Contract can be extended:
- Yes
- Extension date:
- 10/08/2030
- Delivery regions:
UK - UNITED KINGDOM- Award criteria:
Name: Technical & Quality Questions / Weighting: 60
Name: Price / Weighting: 40- Legal and financial capacity conditions of participation:
- In order to facilitate the Authority's assessment of a Participant's economic and financial standing, we would look to ensure that all bidders have a liquidity ratio of over 1. To get this ratio, please provide the following calculation, using figures from your most recent audited accounts.
Liquidity Ratio = Current Assets ÷ Current Liabilities.
A liquidity ratio of 1 or greater indicates that:
•The organisation has sufficient short term assets to meet its short term liabilities
•The organisation is financially stable in the near term
•The risk of cash flow related service disruption is reduced
This assessment is intended to establish basic financial resilience, not overall profitability or long term viability.
Lot 3: Security & Cleaning Services
- Description:
- A combination of the services in Lot 1 (Security) & Lot 2 (Cleaning)
- Suitable for SMEs:
- Yes
- Suitable for VCSEs:
- No
- Value (estimated):
GBP 10,000,000 excluding VAT
GBP 12,000,000 including VAT- Contract dates (estimated):
- 12/08/2026 to 10/08/2029
- CPV classifications:
79710000 - Security services.
90910000 - Cleaning services.- Contract can be extended:
- Yes
- Extension date:
- 10/08/2030
- Delivery regions:
UK - UNITED KINGDOM- Award criteria:
Name: Technical & Quality Questions / Weighting: 60
Name: Price / Weighting: 40- Legal and financial capacity conditions of participation:
- In order to facilitate the Authority's assessment of a Participant's economic and financial standing, we would look to ensure that all bidders have a liquidity ratio of over 1. To get this ratio, please provide the following calculation, using figures from your most recent audited accounts.
Liquidity Ratio = Current Assets ÷ Current Liabilities.
A liquidity ratio of 1 or greater indicates that:
•The organisation has sufficient short term assets to meet its short term liabilities
•The organisation is financially stable in the near term
•The risk of cash flow related service disruption is reduced
This assessment is intended to establish basic financial resilience, not overall profitability or long term viability.
Documents
- Associated tender documents:
Not provided- Technical specifications:
Not provided
Submission
- Enquiry deadline:
- 26/05/2026 Time: 11:59
- Deadline for requests to participate:
- 26/05/2026 Time: 12:00
- Submission address and any special instructions:
- https://www.delta-esourcing.com/
- An electronic auction will be used:
No- Languages that may be used for submission:
English- Award decision date (estimated):
- 12/08/2026
Other information
- Legal and financial capacity conditions of participation:
- Not provided
- Technical ability conditions of participation:
- Not provided
- Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP):
- Not provided
- Government Procurement Agreement (GPA):
- Yes
- A conflicts assessment has been prepared and revised:
- Yes
Other organisations
Not provided