UK-Leeds: Security services.

UK-Leeds: Security services.
Section I: Contracting Authority
I.1) Name and addresses
NEUPC Ltd
NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Tel. +44 1134871765, Email: s.wells@neupc.ac.uk
Contact: Sam Wells
Main Address: https://www.neupc.ac.uk/, Address of the buyer profile: https://neupc.delta-esourcing.com/
NUTS Code: UK
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: Yes.
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-Leeds:-Security-services./55MDH33MYT
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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: Security Services
Reference Number: EFM2037NE
II.1.2) Main CPV Code:
79710000 - Security services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: The North Eastern Universities Purchasing Consortium (NEUPC) are leading on a process to award a framework for Security Services. The scope of this framework will cover the following areas:
a.Out of hours guarding
b.Static guarding
c.Mobile Patrols
d.Key holding
e.Building security
f.Door supervisors
g.Portering
h.Relevant admin duties
i.Reception duties
j.Concierge
k.Events security
l.Car Park management
m.On-site CCTV management
n.Off-site CCTV management
o.Mystery shopping
p.General stewards
q.COVID stewards
r.Alarm response
s.Drones
t.Canine Services
u.Bodycams
II.1.5) Estimated total value:
Value excluding VAT: 14,400,000
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: Security Services - North East
Lot No: 1
II.2.2) Additional CPV codes:
79710000 - Security services.
79713000 - Guard services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The North Eastern Universities Purchasing Consortium (NEUPC) are leading on a process to award a framework for Security Services. The scope of this framework will cover the following areas:
a.Out of hours guarding
b.Static guarding
c.Mobile Patrols
d.Key holding
e.Building security
f.Door supervisors
g.Portering
h.Relevant admin duties
i.Reception duties
j.Concierge
k.Events security
l.Car Park management
m.On-site CCTV management
n.Off-site CCTV management
o.Mystery shopping
p.General stewards
q.COVID stewards
r.Alarm response
s.Drones
t.Canine Services
u.Bodycams

This agreement will be open to universities and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015’.

It is possible that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this frame
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: 4,800,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Any Framework Agreement concluded as a result of this ITT will be for a period of 4 years. For an initial term of 2 years with a 2 x possible extension(s) of 1 year in accordance with the OJEU contract notice and the terms of any Framework Agreement.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 8

Objective criteria for choosing the limited number of candidates: Not provided
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: Framework call off contracts may be used toward projects fully or part funded by EU Funding programmes such as but not limited to ERDF, ESIF, and so on.
II.2.14) Additional information: NEUPC reserves the right, subject to the Regulations, to change without notice the basis of, or the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect to this ITT or subsequent documentation.
II.2) Description Lot No. 2

II.2.1) Title: Security Services - Yorkshire
Lot No: 2
II.2.2) Additional CPV codes:
79710000 - Security services.
79713000 - Guard services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The North Eastern Universities Purchasing Consortium (NEUPC) are leading on a process to award a framework for Security Services. The scope of this framework will cover the following areas:
a.Out of hours guarding
b.Static guarding
c.Mobile Patrols
d.Key holding
e.Building security
f.Door supervisors
g.Portering
h.Relevant admin duties
i.Reception duties
j.Concierge
k.Events security
l.Car Park management
m.On-site CCTV management
n.Off-site CCTV management
o.Mystery shopping
p.General stewards
q.COVID stewards
r.Alarm response
s.Drones
t.Canine Services
u.Bodycams

This agreement will be open to universities and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015’.

It is possible that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this frame
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: 4,800,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Any Framework Agreement concluded as a result of this ITT will be for a period of 4 years. For an initial term of 2 years with a 2 x possible extension(s) of 1 year in accordance with the OJEU contract notice and the terms of any Framework Agreement.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 8

Objective criteria for choosing the limited number of candidates: Not provided
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: Framework call off contracts may be used toward projects fully or part funded by EU Funding programmes such as but not limited to ERDF, ESIF, and so on.
II.2.14) Additional information: NEUPC reserves the right, subject to the Regulations, to change without notice the basis of, or the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect to this ITT or subsequent documentation.
II.2) Description Lot No. 3

II.2.1) Title: Security Services - Midlands
Lot No: 3
II.2.2) Additional CPV codes:
79710000 - Security services.
79713000 - Guard services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The North Eastern Universities Purchasing Consortium (NEUPC) are leading on a process to award a framework for Security Services. The scope of this framework will cover the following areas:
a.Out of hours guarding
b.Static guarding
c.Mobile Patrols
d.Key holding
e.Building security
f.Door supervisors
g.Portering
h.Relevant admin duties
i.Reception duties
j.Concierge
k.Events security
l.Car Park management
m.On-site CCTV management
n.Off-site CCTV management
o.Mystery shopping
p.General stewards
q.COVID stewards
r.Alarm response
s.Drones
t.Canine Services
u.Bodycams

This agreement will be open to universities and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015’.

It is possible that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this frame
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: 4,800,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Any Framework Agreement concluded as a result of this ITT will be for a period of 4 years. For an initial term of 2 years with a 2 x possible extension(s) of 1 year in accordance with the OJEU contract notice and the terms of any Framework Agreement.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 8

Objective criteria for choosing the limited number of candidates: Not provided
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: Framework call off contracts may be used toward projects fully or part funded by EU Funding programmes such as but not limited to ERDF, ESIF, and so on.
II.2.14) Additional information: NEUPC reserves the right, subject to the Regulations, to change without notice the basis of, or the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect to this ITT or subsequent documentation.


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 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:
Not Provided
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: 13/12/2021 Time: 10:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 17/01/2022
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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.

This agreement will be open to universities and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015’.

It is possible that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this frame

NEUPC is one of six UK Higher Education purchasing consortia. NEUPC reserves the right, subject to the Regulations, to change without notice the basis of, or the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect of this SQ or subsequent ITT or any supporting documentation.

NEUPC members are listed: https://www.neupc.ac.uk/who-are-our-members
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Security-services./55MDH33MYT

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/55MDH33MYT
VI.4) Procedures for review
VI.4.1) Review body:
NEUPC Ltd
NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Tel. +44 1134871750, Email: s.wells@neupc.ac.uk
VI.4.2) Body responsible for mediation procedures:
INTERNATIONAL DISPUTE RESOLUTION CENTRE
INTERNATIONAL DISPUTE RESOLUTION CENTRE, 70 FLEET STREET, 103 Clarendon Rd, London, EC4Y 1EU, United Kingdom
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, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Email: s.wells@neupc.ac.uk
VI.5) Date Of Dispatch Of This Notice: 12/11/2021

Annex A