Skip to main content.

NEUPC Ltd: Security & Cleaning Services

  NEUPC Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Security & Cleaning Services
Notice type: UK4: Tender notice
Authority: NEUPC Ltd
Nature of contract: Services
Procedure: Above threshold - Competitive flexible procedure
Short Description: The provision of Security Services, Cleaning Services or a combined Security & Cleaning Service
Published: 28/04/2026 14:43
This opportunity is currently OPEN. To respond to the opportunity, please click Register Interest and follow the on-screen instructions.
UK4: Tender notice Published 28/04/2026

Security & Cleaning Services


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-TJCV


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
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Security-services./5X9H239K22

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:






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