NEUPC Manned Guarding Services Framework
Lot 1 – Manned guarding. Lot 2 – CCTV monitoring.
United Kingdom-Leeds: Guard services
2017/S 169-347193
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Leeds Innovation Centre, 103 Clarendon Rd
Leeds
LS2 9DF
United Kingdom
Telephone: +44 1133443958
E-mail: a.d.hughes@leeds.ac.uk
NUTS code: UK
I.1)Name and addresses
Leeds Innovation Centre, 103 Clarendon Rd
Leeds
LS29DF
United Kingdom
Contact person: Andy Hughes
E-mail: a.d.hughes@leeds.ac.uk
NUTS code: UKInternet address(es):Main address: http://www.neupc.ac.uk
Address of the buyer profile: http://www.neupc.ac.uk/our-members
I.2)Joint procurement
This Framework will be open to the NEUPC and all members as listed under http://www.neupc.ac.uk/our-members
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Manned Guarding and Associated Services.
II.1.2)Main CPV code
II.1.3)Type of contract
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
II.1.6)Information about lots
II.2.1)Title:
Manned Guarding
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom.
II.2.4)Description of the 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
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 possible extension periods of 12 months are available.
II.2.9)Information about the limits on the number of candidates to be invited
As detailed in the SQ documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
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.2.1)Title:
CCTV Monitoring
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom.
II.2.4)Description of the 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 licensed 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
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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
As detailed in the SQ documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
As detailed in the SQ & Itt documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
As detailed in the SQ & Itt documents.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
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
Go reference: GO-201791-PRO-10941640.
VI.4.1)Review body
Leeds Innovation Centre, 103 Clarendon Rd
Leeds
LS2 9DF
United Kingdom
Telephone: +44 1133443958
E-mail: a.d.hughes@leeds.ac.uk
VI.4.2)Body responsible for mediation procedures
Leeds Innovation Centre, 103 Clarendon Rd
Leeds
LS2 9DF
United Kingdom
Telephone: +44 1133443958
VI.4.4)Service from which information about the review procedure may be obtained
Leeds Innovation Centre, 103 Clarendon Rd
Leeds
LS2 9DF
United Kingdom
Telephone: +44 1133443958
VI.5)Date of dispatch of this notice:
Related Posts
Security Staffed Service Contract Cardiff
Door Entry and Warden Call Contract London
Manned Guarding Contract Wakefield
London Borough of Camden Security Services Contract
Security Guarding Services Contract for Supreme Court, London