UK-Leeds: Guard services.

UK-Leeds: Guard services.
Section I: Contracting Authority
I.1) Name and addresses
NEUPC Ltd
NEUPC Ltd, Leeds Innovation Centre, 103 Clarendon Rd, Leeds, LS2 9DF, United Kingdom
Tel. +44 1133443958, Email: a.d.hughes@leeds.ac.uk
Main Address: www.neupc.ac.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: Yes.
In the case of joint procurement involving different countries, state applicable national procurement law: This Framework will be open to the NEUPC and all members as listed under http://www.neupc.ac.uk/our-members
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Guard-services./3342438SDV
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://neupc.delta-esourcing.com/ 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: https://neupc.delta-esourcing.com/
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Manned Guarding and Associated Services
Reference Number: EFM2016NE
II.1.2) Main CPV Code:
79713000 - Guard services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: The NEUPC proposes to form a framework for the provision of Manned Guarding and Associated Services. For this purpose the membership of the NEUPC will be spit into 3 geographic regions in order to ensure SMEs have an equal opportunity to bid.

These Regions will be:

North East
Yorkshire and Humber
Midlands

It will be the decision of the institution call off the agreement as to which region is applicable
II.1.5) Estimated total value:
Value excluding VAT: 16,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Manned Guarding
Lot No: 1
II.2.2) Additional CPV codes:
79713000 - Guard services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The NEUPC proposes to form a framework for the provision of Manned Guarding and Associated Services. For this purpose the membership of the NEUPC will be spit into 3 geographic regions in order to ensure SMEs have an equal opportunity to bid.

These Regions will be:

North East
Yorkshire and Humber
Midlands

It will be the decision of the institution call off the agreement as to which region is applicable
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: 12,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: 2 possible extension periods of 12 months are available.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 8
Objective criteria for choosing the limited number of candidates: As detailed in the SQ documents
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: Yes
Identification of the project: This framework may be used by the institutions to make purchases on projects that are fully or part-funded by European Union funds or Programs.
II.2.14) Additional information: The framework agreement will be made available for use by the listed consortia and all their respective memberinstitutions, regardless of whether or not they are to be defined as contracting authorities for the purpose of ThePublic Contracts Regulations 2015.
Membership of the consortia may be subject to change due to strategic realignment or the inclusion of newmembers.
II.2) Description Lot No. 2

II.2.1) Title: CCTV Monitoring
Lot No: 2
II.2.2) Additional CPV codes:
79710000 - Security services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Awarded bidders to the CCTV monitoring lot will be expected to supply where required services including onsite or offsite provision of a CCTV monitoring service by fully licenced staff. Compliance with all laws and regulation applicable to the service area is essential including but not limited to data protection.

It is the intension of the NEUPC to award up to 3 suppliers per geographic region specified in the documents.

Bidders will be expected to demonstrate experience dealing with Higher Education or similar environments, the capability to provide a sufficient staffing pool that will be able to respond to peaks in demand or requirements at short notice.

All staff provided must be effective communicators able to integrate with a diverse range of cultures and nationalities.
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: 4,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: 2 possible extension periods of 2 months will be available.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
/ Maximum number: 8
Objective criteria for choosing the limited number of candidates: As detailed in the SQ documents
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: Yes
Identification of the project: This framework may be used by the institutions to make purchases on projects that are fully or part-funded by European Union funds or Programs.
II.2.14) Additional information: The framework agreement will be made available for use by the listed consortia and all their respective member institutions, regardless of whether or not they are to be defined as contracting authorities for the purpose of The Public Contracts Regulations 2015.


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:
As detailed in the SQ & Itt documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
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
Selection criteria as stated in the procurement documents
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
As detailed in the SQ & Itt documents
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 RESTRICTED
IV.1.1) Type of procedure: Restricted

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 10
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: 04/10/2017
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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:
Duration in month(s): 3



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://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Guard-services./3342438SDV

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/3342438SDV
VI.4) Procedures for review
VI.4.1) Review body:
NEUPC Ltd
NEUPC Ltd, Leeds Innovation Centre, 103 Clarendon Rd, Leeds, LS2 9DF, United Kingdom
Tel. +44 1133443958, Email: a.d.hughes@leeds.ac.uk
VI.4.2) Body responsible for mediation procedures:
NEUPC Ltd
NEUPC Ltd, Leeds Innovation Centre, 103 Clarendon Rd, Leeds, LS2 9DF, United Kingdom
Tel. +44 1133443958
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:
NEUPC Ltd
NEUPC Ltd, Leeds Innovation Centre, 103 Clarendon Rd, Leeds, LS2 9DF, United Kingdom
Tel. +44 1133443958
VI.5) Date Of Dispatch Of This Notice: 01/09/2017

Annex A



IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
NEUPC
Leeds Innovation Centre, 103 Clarendon Rd, Leeds, LS29DF, United Kingdom
Email: a.d.hughes@leeds.ac.uk
Contact: Andy Hughes
Main Address: http://www.neupc.ac.uk, Address of the buyer profile: http://www.neupc.ac.uk/our-members
NUTS Code: UK