UK-Leeds: Security services.

UK-Leeds: Security 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: m.hofman@leeds.ac.uk
Contact: Michael Hofman
Main Address: http://www.neupc.ac.uk/, Address of the buyer profile: http://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: Not provided
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: https://neupc.delta-esourcing.com/
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: Not provided
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: Cash & Valuables in Transit
Reference Number: PFB2004 NE
II.1.2) Main CPV Code:
79710000 - Security services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: North Eastern Universities Purchasing Consortium Ltd (NEUPC) is one of six UK Higher Education purchasing
consortia established to deliver and manage a wide range of collaborative framework agreements designed
to maximise third party expenditure within the higher education sector. (NEUPC) wishes to develop a national
framework agreement to service the requirements of UK Higher Education Institutions and Associate members
for the supply of Cash and Valuables in Transit Services.
Services will include, but not limited to, supply of cash and valuables in transit services, ATM replenishments,
delivery of coin change, cash counting and processing, collection from pay & display parking.
II.1.5) Estimated total value:
Value excluding VAT: 11,923,294
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:
UK UNITED KINGDOM

II.2.4) Description of procurement: North Eastern Universities Purchasing Consortium Ltd (NEUPC) is one of six UK Higher Education purchasing consortia established to deliver and manage a wide range of collaborative framework agreements designed to maximise third party expenditure within the higher education sector. (NEUPC) wishes to develop a national framework agreement to service the requirements of UK Higher Education Institutions and Associate members for the supply of Cash and Valuables in Transit Services.
Services will include, but not limited to, supply of cash and valuables in transit services, ATM replenishments, delivery of coin change, cash counting and processing and collection from pay & display parking.
The framework will be available for use by any member institution of the UK Higher Education Purchasing Consortia:
— NEUPC North Eastern Universities Purchasing Consortium,
— LUPC London Universities Purchasing Consortium,
— NWUPC North West Universities Purchasing Consortium,
— SUPC Southern Universities Purchasing Consortium,
— HEPCW Higher Education Purchasing Consortium for Wales,
— NEUPC Advanced Procurement for Universities and Colleges (Scotland), and by Further Education institutions that are members of the Crescent Purchasing Consortium (CPC).
The estimated value of the agreement is 11,923,294 GBP over the duration of the agreement including the extension period. Tenderers are asked to note that there is no guarantee of demand or even any business for successful Contractors on the Framework Agreement. However, agreements are created on a collaborative basis with user input from institutions. This process is designed to capture user requirements and create agreements which meet users' needs. Additionally, NEUPC through its regional procurement account management structure and other regional UK HE consortia via their tailored client management approaches actively promote contracts and their usage to ensure maximum contract uptake amongst the participating institutions.
The framework agreement is available to all for use by any member institution of the UK Higher Education Purchasing Consortia. They will, in the same way that NEUPC will, promote the framework agreement to their own consortia members.
The Framework Agreement will be uploaded to https://www.hecontracts.co.uk. The HEC contracts database contains all HE and FE sector, consortia negotiated contracts. Institutions are able to access all national contracts and regional contracts from their regional purchasing consortium through HEC.
The framework agreement award will be based on the most economically advantageous tender, (MEAT). Award criteria will be a combination of both financial and non-financial factors and will consider:
— Price – 40 %,
— Quality - 60 %.
Estimated value excluding VAT: 11,923,294 GBP
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Operational Procedures / Weighting: 20
Quality criterion - Name: Customer Service / Weighting: 12
Quality criterion - Name: Evidence of Professional Expertise / Weighting: 10
Quality criterion - Name: Contract Management / Weighting: 10
Quality criterion - Name: Compliance with specification / Weighting: 8

Cost criterion - Name: Price / Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 11,923,294
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: The framework will have a twelve-month extension option taking the Agreement up to a maximum period of four years, subject to satisfactory performance. Satisfactory performance will be determined by participating consortia at their sole discretion, using feedback from a range of Member Institutions.

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:
Security Industry Authority(SIA)
An SIA licence is required if you undertake the licensable activities of a cash and valuables in transit operativeand your services are supplied for the purposes of or in connection with any contract to a consumer. Unlessyour employer or company has been given an exemption under Section 4(4) of the Private Security Industry Act2001, it is a criminal offence to undertake the licensable activities of a cash and valuables in transit operativewithout an SIA licence. Further information can be found at http://www.sia.homeoffice.gov.uk/Pages/licensing-cvit.aspx.
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) :
Suppliers must meet minimum standards of economic and financial standing to take part in the competition.
In order to ensure that potential bidders can sustainably operate and not be exposed to undue risk at the end of any potential contract period, the suppliers turnover should have a minimum turnover of £1,000,000.
Suppliers must be financially fluid and currently trading. They must not be recorded at Companies House ashaving any negative action / event (dissolved, removed, in liquidation etc) that calls into question their financial /corporate standing, such action / event will be deemed to be a failure to meet minimum standards of economicand financial standing.
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
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
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: 10/11/2017 Time: 13:00

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:
Duration in month(s): 3

IV.2.7) Conditions for opening of tenders:
Date: 10/11/2017
Time: 13:00


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-Leeds:-Security-services./38XY6WNG95

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/38XY6WNG95
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
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: 09/10/2017

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
APUC Limited
Room 4.04, 101 George Street, Edinburgh, EH2 3ES, United Kingdom
Email: enquiries@apuc-scot.ac.uk
Main Address: http://www.apuc-scot.ac.uk/
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
Higher Education Purchasing Consortium Wales
8 th Floor, 30-36 Newport Road, Cardiff, CF24 0DE, United Kingdom
Email: m.hopkins@wales.ac.uk
Main Address: http://www.hepcw.ac.uk/
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
3: Contracting Authority
London Universities Purchasing Consortium
Shropshire House, 179 Tottenham Court Road, London, W1T 7NZ, United Kingdom
Email: enquiries@lupc.ac.uk
Main Address: http://www.lupc.ac.uk/
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
4: Contracting Authority
North Western Universities Purchasing Consortium Ltd
Albert House, 17 Bloom Street, Manchester, M1 3HZ, United Kingdom
Email: andy.woj@manchester.ac.uk
Main Address: http://www.nwupc.ac.uk/
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
5: Contracting Authority
Southern Universities Purchasing Consortium
Science and Technology Centre, University of Reading, Earley Gate, Whiteknights Road, Reading, RG6 6BZ, United Kingdom
Email: supc@reading.ac.uk
Main Address: https://www.supc.ac.uk/
NUTS Code: UK