Security Services Framework – Crescent Purchasing Consortium
CPC are looking to create a framework which will meet the security needs of its members from the education sector.
United Kingdom-Salford: Security services
2020/S 004-004768
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Procurement House, Leslie Hough Way
Town: Salford
NUTS code: UKD3
Postal code: M6 6AJ
Country: United Kingdom
E-mail: p.mcmullan@thecpc.ac.uk
Telephone: +44 1619740950
Address of the buyer profile: www.thecpc.ac.uk
I.1)Name and addresses
Postal address: Procurement House
Town: Salford
NUTS code: UK
Postal code: M6 6AJ
Country: United Kingdom
E-mail: p.mcmullan@thecpc.ac.uk
Address of the buyer profile: www.thecpc.ac.uk
I.1)Name and addresses
Postal address: Procurement House
Town: Salford
NUTS code: UK
Postal code: M6 6AJ
Country: United Kingdom
E-mail: p.mcmullan@thecpc.ac.uk
Address of the buyer profile: www.thecpc.ac.uk
I.1)Name and addresses
Postal address: 40 Academy Street
Town: Belfast
NUTS code: UKN06
Postal code: BT1 2NQ
Country: United Kingdom
E-mail: keira.simpson@eani.org.uk
Telephone: +44 2890566461
Address of the buyer profile: https://www.eani.org.uk
I.1)Name and addresses
Postal address: Albert House, 17 Bloom Street
Town: Manchester
NUTS code: UKD33
Postal code: M1 3HZ
Country: United Kingdom
E-mail: natasha.peacock@manchester.ac.uk
Telephone: +44 1612348003
Address of the buyer profile: http://www.nwupc.ac.uk
I.2)Information about joint procurement
I.3)Communication
Postal address: Procurement House, Leslie Hough Way
Town: Salford
NUTS code: UKD3
Postal code: M6 6AJ
Country: United Kingdom
E-mail: p.mcmullan@thecpc.ac.uk
Telephone: +44 1619740950
Address of the buyer profile: www.thecpc.ac.uk
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Security Services Framework Agreement
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
CPC are looking to create a framework which will meet the security needs of its members from the education sector. The framework will allow members to engage quickly with competent, capable and committed contractors and will remove many of the obstacles that members may face when using traditional tendering methods or other frameworks. When utilising this framework agreement, members will be looking to work with a single contractor capable of delivering their full security requirements inclusive of all differing needs.
The tender is also available for higher education institutions via our colleagues in other consortia. As per our joint contracting group programme other bodies that could potentially be interested in accessing the agreement are:
NWUPC (North West Universities Purchasing Consortium) https://www.nwupc.ac.uk
EANI (Education Authority Northern Ireland) https://www.eani.org.uk/
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Lot 1: East (UKH)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
East (UKH).
II.2.4)Description of the procurement:
— East Anglia (UKH1),
— Bedfordshire and Hertfordshire (UKH2),
— Essex (UKH3).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1 x 12 month(s).
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 2: East Midlands (UKF)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
East Midlands (UKF).
II.2.4)Description of the procurement:
— Derbyshire and Nottinghamshire (UKF1),
— Leicestershire,
— Rutland and Northamptonshire (UKF2),
— Lincolnshire (UKF3).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1 x 12 month(s).
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 3: London (UKI)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
London (UKI).
II.2.4)Description of the procurement:
– Inner London – West (UKI3),
– Inner London – East (UKI4),
– Outer London – East and North East (UKI5),
– Outer London – South (UKI6),
– Outer London – West and North West (UKI7).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1 x 12 month(s).
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 4: North East (UKC)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
North East (UKC).
II.2.4)Description of the procurement:
— Tees Valley and Durham (UKC1),
— Northumberland and Tyne and Wear (UKC2).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1 x 12 month(s).
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 5: North West (UKD)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
North West (UKD).
II.2.4)Description of the procurement:
– Cumbria (UKD1),
– Cheshire (UKD6),
– Greater Manchester (UKD3),
– Lancashire (UKD4),
– Merseyside (UKD7.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1 x 12 month(s).
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 6: Northern Ireland (UKN)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
NORTHERN IRELAND (UKN).
II.2.4)Description of the procurement:
Northern Ireland (UKN0).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1 x 12 month(s).
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 7: Scotland (UKM)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
SCOTLAND (UKM).
II.2.4)Description of the procurement:
— Eastern Scotland (UKM2),
— South Western Scotland (UKM3),
— North Eastern Scotland (UKM5),
— Highlands and Islands (UKM6).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1 x 12 month(s).
II.2.13)Information about European Union funds
II.2.1)Title:
Lot : South East (UKJ)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
South East (UKJ).
II.2.4)Description of the procurement:
— Berkshire, Buckinghamshire and Oxfordshire (UKJ1),
— Surrey, East and West Sussex (UKJ2),
— Hampshire and Isle of Wight (UKJ3),
— Kent (UKJ4).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1 x 12 month(s).
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 9: South West (UKK)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
South West (UKK).
II.2.4)Description of the procurement:
— Gloucestershire, Wiltshire and Bristol/Bath area (UKK1),
— Dorset and Somerset (UKK2),
— Cornwall and Isles of Scilly (UKK3),
— Devon (UKK4).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1 x 12 month(s).
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 10: Wales
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Wales (UKL).
II.2.4)Description of the procurement:
— West Wales and The Valleys (UKL1),
— East Wales (UKL2).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1 x 12 month(s).
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 11: West Midlands (UKG)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
West Midlands (UKG).
II.2.4)Description of the procurement:
— Herefordshire, Worcestershire and Warwickshire (UKG1),
— Shropshire and Staffordshire (UKG2),
— West Midlands (UKG3).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1 x 12 month(s).
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 12: Yorkshire and Humber (UKE)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Yorkshire and Humber (UKE).
II.2.4)Description of the procurement:
— East Riding and North Lincolnshire (UKE1),
— North Yorkshire (UKE2),
— South Yorkshire (UKE3),
— West Yorkshire (UKE4).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1 x 12 month(s).
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
Requirements stated in tender documentation.
Requirements stated in tender documentation.
III.1.3)Technical and professional ability
Requirements stated in tender documentation.
Requirements stated in tender documentation.
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.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
VI.4.1)Review body
Postal address: Procurement House, Leslie Hough Way
Town: Salford
Postal code: M6 6AJ
Country: United Kingdom
E-mail: contracting@thecpc.ac.uk
Telephone: +44 8000662188Internet address: www.thecpc.ac.uk
VI.4.2)Body responsible for mediation procedures
Postal address: Procurement House, Leslie Hough Way
Town: Salford
Postal code: M6 6AJ
Country: United Kingdom
E-mail: contracting@thecpc.ac.uk
Telephone: +44 8000662188Internet address: www.thecpc.ac.uk
VI.4.3)Review procedure
The contracting authority will incorporate a minimum of a ten calendar day standstill period at the point that information on the award of contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public Contract Regulations 2015, provide for aggrieved parties who have been harmed or are at risk of harm, by breach of the rules to take action in the High Court. Any such action must be brought promptly.
VI.4.4)Service from which information about the review procedure may be obtained
Postal address: Procurement House, Leslie Hough Way
Town: Salford
Postal code: M6 6AJ
Country: United Kingdom
E-mail: contracting@thecpc.ac.uk
Telephone: +44 8000662188Internet address: www.thecpc.ac.uk
VI.5)Date of dispatch of this notice: