Skip to main content.

NEUPC Ltd: Firefighting Equipment and Associated Services

  NEUPC Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Firefighting Equipment and Associated Services
Notice type: Contract Notice
Authority: NEUPC Ltd
Nature of contract: Supplies
Procedure: Open
Short Description: NEUPC is seeking to award a Framework Agreement for the provision of firefighting equipment and associated services with the scope covering a range of products including, but not limited to, fire extinguishers, fire blankets, storage, first aid equipment, door furniture, escape equipment, signage and wireless alarms. The associated services lot will be for the provision of fire safety training and fire risk assessments.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 anticipated 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 framework will be considered compliant for the purposes of external funding by the named participants.
Published: 16/10/2019 11:15

View Full Notice

UK-Leeds: Firefighting equipment.
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 1133443958, Email: s.wells@neupc.ac.uk
             Contact: Sam Wells
             Main Address: 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: 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: No.
      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:-Firefighting-equipment./249KY45349
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Firefighting-equipment./249KY45349 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: Firefighting Equipment and Associated Services       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      35111000 - Firefighting equipment.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: NEUPC is seeking to award a Framework Agreement for the provision of firefighting equipment and associated services with the scope covering a range of products including, but not limited to, fire extinguishers, fire blankets, storage, first aid equipment, door furniture, escape equipment, signage and wireless alarms. The associated services lot will be for the provision of fire safety training and fire risk assessments.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 anticipated 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 framework will be considered compliant for the purposes of external funding by the named participants.       
      II.1.5) Estimated total value:
      Value excluding VAT: 36,000,000       
      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: Firefighting Equipment and Maintenance       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      35110000 - Firefighting, rescue and safety equipment.
      35111000 - Firefighting equipment.
      35111300 - Fire extinguishers.
      35111320 - Portable fire-extinguishers.
      35111400 - Fire escape equipment.
      39525400 - Fire blankets.
      44480000 - Miscellaneous fire-protection equipment.
      44481100 - Fire ladders.
      44482000 - Fire-protection devices.
      44482100 - Fire hoses.
      45343200 - Firefighting equipment installation work.
      45343210 - CO2 fire-extinguishing equipment installation work.
      45343220 - Fire-extinguishers installation work.
      50413200 - Repair and maintenance services of firefighting equipment.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: NEUPC is seeking to award this Lot for the provision of firefighting equipment and maintenance with the scope covering a range of products including, but not limited to, fire equipment, storage & protection, first aid equipment, passive fire equipment, door furniture, escape equipment, signage, wireless detectors and wireless call points across the UK. 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 anticipated 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 framework will be considered compliant for the purposes of external funding by the named participants.

Suppliers will be able to bid to service any of the following 8 Regions under this Lot: Scotland, Northern Ireland, North West, North East &Yorkshire, Wales, Midlands, South West & South East, London and East Anglia. Suppliers may bid for any combination of Regions, including one or all Regions but they must be able to service 100% of the Members who can access the agreement within each region. It is possible for Suppliers to be awarded a position on the framework in some, but not all, Regions that they bid for, depending on the level of interest and quality of tender submissions received from other Suppliers.

It is intended that the Framework Agreement will be awarded to 4 Bidders per Region on this Lot, provided that there are a suitable number of Bidders which meet any required minimum standards. NEUPC reserves the right to proceed with a lower number of Bidders for all or any Lot/Region(s).
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Account Management and Service / Weighting: 15
            Quality criterion - Name: Marketing / Weighting: 5
            Quality criterion - Name: Delivery and Installation / Weighting: 15
            Quality criterion - Name: Products / Weighting: 15
            Quality criterion - Name: Sustainability - Environmental Impact / Weighting: 4
            Quality criterion - Name: Sustainability - Staff Development / Weighting: 4
            Quality criterion - Name: Sustainability - Equality / Weighting: 2
                        
            Price - Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 18,000,000       
      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, commencing 30th January 2020 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.2.10) 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: NEUPC reserves the right, subject to regulations, to change without notice the basis of, of 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 ITT or any supporting documentation       
II.2) Description Lot No. 2
      
      II.2.1) Title: Fire Safety Training and Fire Risk Assessments       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      75251100 - Firefighting services.
      75251110 - Fire-prevention services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: NEUPC is seeking to award this Lot for the provision of fire safety training and fire risk assessments across the UK. 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 anticipated 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 framework will be considered compliant for the purposes of external funding by the named participants.

Suppliers will be able to bid to service any of the following 8 Regions under this Lot: Scotland, Northern Ireland, North West, North East &Yorkshire, Wales, Midlands, South West & South East, London and East Anglia. Suppliers may bid for any combination of Regions, including one or all Regions but they must be able to service 100% of the Members who can access the agreement within each region. It is possible for Suppliers to be awarded a position on the framework in some, but not all, Regions that they bid for, depending on the level of interest and quality of tender submissions received from other Suppliers.

It is intended that the Framework Agreement will be awarded to 3 Bidders per Region on this Lot, provided that there are a suitable number of Bidders which meet any required minimum standards. NEUPC reserves the right to proceed with a lower number of Bidders for all or any Lot/Region(s).
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Account Management and Service / Weighting: 15
            Quality criterion - Name: Marketing / Weighting: 5
            Quality criterion - Name: Training Services / Weighting: 10
            Quality criterion - Name: Booking Services / Weighting: 5
            Quality criterion - Name: Risk Assessment / Weighting: 15
            Quality criterion - Name: Sustainability - Environmental Impact / Weighting: 4
            Quality criterion - Name: Sustainability - Staff Development / Weighting: 4
            Quality criterion - Name: Sustainability - Equality / Weighting: 2
                        
            Price - Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 18,000,000       
      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, commencing 30th January 2020 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.2.10) 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: Respond to this opportunity by clicking https://www.delta-esourcing.com/respond/8VFG9V8D93

NEUPC reserves the right, subject to regulations, to change without notice the basis of, of 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 ITT or any supporting 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.2.2) 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: 18/11/2019 Time: 11:00
            
      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): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 18/11/2019
         Time: 14:00
      

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://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Firefighting-equipment./249KY45349

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/249KY45349
   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
       Internet address: www.neupc.ac.uk
   VI.4.2) Body responsible for mediation procedures:
             CENTRE FOR EFFECTIVE DISPUTE RESOLUTION LIMITED
          INTERNATIONAL DISPUTE RESOLUTION CENTRE, 70 FLEET STREET, London, EC4Y 1EU, United Kingdom
          Tel. +44 2075366000
   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:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 16/10/2019

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
       Crescent Purchasing Ltd
       Procurement House, Unit 23, Leslie Hough Way, Salford, M6 6AJ, United Kingdom
       Tel. +44 8000662188, Email: p.mcmullan@thecpc.ac.uk
       Contact: Peter McMullan
       Main Address: https://www.thecpc.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
       North Western Universities Purchasing Consortium
       Albert House, 17 Bloom Street, Manchester, M1 3HZ, United Kingdom
       Tel. +44 1612348003, Email: natasha.peacock@manchester.ac.uk
       Contact: Natasha Peacock
       Main Address: https://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:
      3: Contracting Authority
       Southern Universities Purchasing Consortium
       Science and Technology Centre, University of Reading, Earley Gate, Whiteknights Road, Reading, RG6 6BZ, United Kingdom
       Tel. +44 1189357081, Email: rob.johnson@reading.ac.uk
       Contact: Rob Johnson
       Main Address: https://www.supc.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
       London Universities Purchasing Consortium
       Shropshire House, 179 Tottenham Court Road, London, W1T 7NZ, United Kingdom
       Tel. +44 2073072763, Email: J.Kadri@lupc.ac.uk
       Contact: Joyce Kadri
       Main Address: https://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:
      5: Contracting Authority
       Higher Education Purchasing Consortium, Wales
       8th Floor, 30-36 Newport Road, Cardiff, CF24 0DE, United Kingdom
       Tel. +44 2920879201, Email: h.allaway@wales.ac.uk
       Contact: Howard Allaway
       Main Address: http://www.hepcw.ac.uk/
       NUTS Code: UK

View any Notice Addenda

View Award Notice

UK-Leeds: Firefighting equipment.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       NEUPC Ltd
       NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
       Tel. +44 1133443958, Email: s.wells@neupc.ac.uk
       Contact: Sam Wells
       Main Address: 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: 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: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Education

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Firefighting Equipment and Associated Services            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         35111000 - Firefighting equipment.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: NEUPC is seeking to award a Framework Agreement for the provision of firefighting equipment and associated services with the scope covering a range of products including, but not limited to, fire extinguishers, fire blankets, storage, first aid equipment, door furniture, escape equipment, signage and wireless alarms. The associated services lot will be for the provision of fire safety training and fire risk assessments.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 anticipated 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 framework will be considered compliant for the purposes of external funding by the named participants.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 36,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Firefighting Equipment and Maintenance   
      Lot No:1

      II.2.2) Additional CPV code(s):
            35110000 - Firefighting, rescue and safety equipment.
            35111000 - Firefighting equipment.
            35111300 - Fire extinguishers.
            35111320 - Portable fire-extinguishers.
            35111400 - Fire escape equipment.
            39525400 - Fire blankets.
            44480000 - Miscellaneous fire-protection equipment.
            44481100 - Fire ladders.
            44482000 - Fire-protection devices.
            44482100 - Fire hoses.
            45343200 - Firefighting equipment installation work.
            45343210 - CO2 fire-extinguishing equipment installation work.
            45343220 - Fire-extinguishers installation work.
            50413200 - Repair and maintenance services of firefighting equipment.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: NEUPC is seeking to award this Lot for the provision of firefighting equipment and maintenance with the scope covering a range of products including, but not limited to, fire equipment, storage & protection, first aid equipment, passive fire equipment, door furniture, escape equipment, signage, wireless detectors and wireless call points across the UK. 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 anticipated 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 framework will be considered compliant for the purposes of external funding by the named participants.

Suppliers will be able to bid to service any of the following 8 Regions under this Lot: Scotland, Northern Ireland, North West, North East &Yorkshire, Wales, Midlands, South West & South East, London and East Anglia. Suppliers may bid for any combination of Regions, including one or all Regions but they must be able to service 100% of the Members who can access the agreement within each region. It is possible for Suppliers to be awarded a position on the framework in some, but not all, Regions that they bid for, depending on the level of interest and quality of tender submissions received from other Suppliers.

It is intended that the Framework Agreement will be awarded to 4 Bidders per Region on this Lot, provided that there are a suitable number of Bidders which meet any required minimum standards. NEUPC reserves the right to proceed with a lower number of Bidders for all or any Lot/Region(s).

      II.2.5) Award criteria:
      Quality criterion - Name: Account Management and Service / Weighting: 15
      Quality criterion - Name: Marketing / Weighting: 5
      Quality criterion - Name: Delivery and Installation / Weighting: 15
      Quality criterion - Name: Products / Weighting: 15
      Quality criterion - Name: Sustainability - Environmental Impact / Weighting: 4
      Quality criterion - Name: Sustainability - Staff Development / Weighting: 4
      Quality criterion - Name: Sustainability - Equality / Weighting: 2
                  
      Price - Weighting: 40
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: NEUPC reserves the right, subject to regulations, to change without notice the basis of, of 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 ITT or any supporting documentation

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Fire Safety Training and Fire Risk Assessments   
      Lot No:2

      II.2.2) Additional CPV code(s):
            75251100 - Firefighting services.
            75251110 - Fire-prevention services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: NEUPC is seeking to award this Lot for the provision of fire safety training and fire risk assessments across the UK. 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 anticipated 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 framework will be considered compliant for the purposes of external funding by the named participants.

Suppliers will be able to bid to service any of the following 8 Regions under this Lot: Scotland, Northern Ireland, North West, North East &Yorkshire, Wales, Midlands, South West & South East, London and East Anglia. Suppliers may bid for any combination of Regions, including one or all Regions but they must be able to service 100% of the Members who can access the agreement within each region. It is possible for Suppliers to be awarded a position on the framework in some, but not all, Regions that they bid for, depending on the level of interest and quality of tender submissions received from other Suppliers.

It is intended that the Framework Agreement will be awarded to 3 Bidders per Region on this Lot, provided that there are a suitable number of Bidders which meet any required minimum standards. NEUPC reserves the right to proceed with a lower number of Bidders for all or any Lot/Region(s).

      II.2.5) Award criteria:
      Quality criterion - Name: Account Management and Service / Weighting: 15
      Quality criterion - Name: Marketing / Weighting: 5
      Quality criterion - Name: Training Services / Weighting: 10
      Quality criterion - Name: Booking Services / Weighting: 5
      Quality criterion - Name: Risk Assessment / Weighting: 15
      Quality criterion - Name: Sustainability - Environmental Impact / Weighting: 4
      Quality criterion - Name: Sustainability - Staff Development / Weighting: 4
      Quality criterion - Name: Sustainability - Equality / Weighting: 2
                  
      Price - Weighting: 40
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Respond to this opportunity by clicking https://www.delta-esourcing.com/respond/8VFG9V8D93

NEUPC reserves the right, subject to regulations, to change without notice the basis of, of 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 ITT or any supporting documentation


Section IV: Procedure

IV.1) Description

   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: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2019/S 202-490530
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Firefighting Equipment and Maintenance

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/02/2020

      V.2.2) Information about tenders
         Number of tenders received: 8
         Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 8

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Firemark Limited, 06299361
             BFF Business Park, Bath Road, Bridgwater, Somerset, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Chubb Fire and Security Ltd, 00524469
             Littleton Road, Ashford, Middlesex, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Openview Security Solutions Limited, 03376202
             Openview House, Chesham Close, Romford, RM7 7PJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Firerite UK Ltd, 03697360
             Unit 14 Roundabout Court, Bedwas Industrial Estate, Bedwas, CF83 8FS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Churches Fire Security Ltd, 02703471
             Fire House, Mayflower Close, Chandler's Ford, Southampton, SO53 4AR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Abbey Fire UK Ltd, 04580085
             UNIT 2 Manor Road, Beeston Court, Manor Park, Runcorn, WA7 1SS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Fire and Safety Solutions Ltd, 04963492
             Unit 22, Roman Way Business Park, London Road, Godmanchester, PE29 2LN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 18,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Fire Safety Training and Fire Risk Assessments

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/02/2020

      V.2.2) Information about tenders
         Number of tenders received: 8
         Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 8

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             FCS-Live Ltd, 07708111
             Unit 7b, Five Arches Business Centre, Maidstone Road, Greenham Business Park, SIDCUP, DA14 5AE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Frankham Consultancy Group Limited, 04409614
             Iren House, Five Arches Business Park, Maidstone Road, Sidcup, DA14 5AE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Chubb Fire and Security Ltd, 00524469
             Littleton Road, Ashford, Middlesex, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Firemark Ltd, 06299361
             BFF Business Park, Bath Road, BRIDGWATER, TA6 4NZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Trenton Fire Ltd, 06336226
             30 Murdock Road, Bicester, Oxford, OX26 4PP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 18,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   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.
To view this notice, please click here:
https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=480024044

   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
          Internet address: www.neupc.ac.uk

      VI.4.2) Body responsible for mediation procedures
          CENTRE FOR EFFECTIVE DISPUTE RESOLUTION LIMITED
          INTERNATIONAL DISPUTE RESOLUTION CENTRE, 70 FLEET STREET, London, EC4Y 1EU, United Kingdom
          Tel. +44 2075366000

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 13/03/2020

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Crescent Purchasing Ltd
       Procurement House, Unit 23, Leslie Hough Way, Salford, M6 6AJ, United Kingdom
       Tel. +44 8000662188, Email: p.mcmullan@thecpc.ac.uk
       Contact: Peter McMullan
       Main Address: https://www.thecpc.ac.uk/
       NUTS Code: UK
   
   2: Contracting Authority
       North Western Universities Purchasing Consortium
       Albert House, 17 Bloom Street, Manchester, M1 3HZ, United Kingdom
       Tel. +44 1612348003, Email: natasha.peacock@manchester.ac.uk
       Contact: Natasha Peacock
       Main Address: https://www.nwupc.ac.uk/
       NUTS Code: UK
   
   3: Contracting Authority
       Southern Universities Purchasing Consortium
       Science and Technology Centre, University of Reading, Earley Gate, Whiteknights Road, Reading, RG6 6BZ, United Kingdom
       Tel. +44 1189357081, Email: rob.johnson@reading.ac.uk
       Contact: Rob Johnson
       Main Address: https://www.supc.ac.uk/
       NUTS Code: UK
   
   4: Contracting Authority
       London Universities Purchasing Consortium
       Shropshire House, 179 Tottenham Court Road, London, W1T 7NZ, United Kingdom
       Tel. +44 2073072763, Email: J.Kadri@lupc.ac.uk
       Contact: Joyce Kadri
       Main Address: https://www.lupc.ac.uk/
       NUTS Code: UK
   
   5: Contracting Authority
       Higher Education Purchasing Consortium, Wales
       8th Floor, 30-36 Newport Road, Cardiff, CF24 0DE, United Kingdom
       Tel. +44 2920879201, Email: h.allaway@wales.ac.uk
       Contact: Howard Allaway
       Main Address: http://www.hepcw.ac.uk/
       NUTS Code: UK