Section one: Contracting authority
one.1) Name and addresses
University for the Creative Arts
Falkner Road, Farnham, Surrey, GU9 7DS
Farnham
GU9 7DS
Country
United Kingdom
NUTS code
UKJ25 - West Surrey
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/universityforthecreativearts/aspx/Home
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/universityforthecreativearts/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/universityforthecreativearts/aspx/Home
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
UCA - Provision of Security Services
Reference number
UCA-082-EST-2024
two.1.2) Main CPV code
- 79710000 - Security services
two.1.3) Type of contract
Services
two.1.4) Short description
Security services play a key role in the day-to-day operation of the University and the security personnel are the first point of contact for students, staff and visitors. UCA are looking for a security team with excellent customer service skills. A key aspect of the security officers' role will be acting in a safeguarding capacity.
two.1.5) Estimated total value
Value excluding VAT: £7,200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79710000 - Security services
two.2.3) Place of performance
NUTS codes
- UKJ25 - West Surrey
two.2.4) Description of the procurement
The University for the Creative Arts (UCA) has been established for over 160 years and is a passionate advocate for creative education and research. UCA offer courses in Architecture, Crafts, Fashion, Graphic Design, Illustration, Fine Art, Photography, Film Media, the Performing Arts and Creative Business. UCA has campuses across Surrey and Kent, specifically in Canterbury, Epsom, and Farnham.The university is seeking a supplier for the provision of security services across its sites. The Service Provider shall provide a professional, proactive, high profile and visible security service to deliver services that include, but are not limited to:• Maintain a secure environment across UCA premises• Offer protection for its staff, students and visitors• Provide a first response service to a range of situations and emergency incidents across UCA premises• Respond to security incidents across UCA premises• Provide professional integrated security services on a scheduled and reactive basis, which are efficient, effective and timely• Provide best in class professional security advice to UCA • Additional specified duties as set out in the Security Specification• Contribute to creating a pro-security culture within each Campus• Comply with UCA’s Policies and Procedures as appropriate• Ensure there is a Contract Security Manager available 24/7• Support the Facilities Management Team• Support the Accommodation Services Team• Awareness of safeguarding and the implications that may be associatedIn addition, UCA may have, from time to time, variable requirements for additional security which may be requested on an ad-hoc basis as its needs dictate. Requests for these ad-hoc security services shall sit outside of the core contract price but unit rates shall be determined within the tendered Schedule of Rates and shall be subject to the terms of this contract.The contract will cover the three UCA campuses in Canterbury, Epsom and Farnham including accommodation blocks on and off campus and administrative buildings located near campuses.Examples of variable services which shall be charged in addition to the core contract price include:• Additional guards for core contract duties • Additional guards for events e.g., open days etc.• Additional guards for events which may include door supervision and licensable activity e.g., events in bar venues (Farnham Campus only)• Mobile patrols to buildings which are not staffed by security personnelThis tender is being ran via the Restricted procedure, as per UK Statutory Instruments, 2015, No. 102, PART 2, CHAPTER 2, SECTION 3, Regulation 28. The process will be split into 2 stages. The first stage will consist of this Selection Questionnaire (SQ). The SQ will be used to ascertain suppliers technical and financial capability at delivering comparable contracts as well as their suitability for delivering public contracts. The SQ responses will be evaluated, and the top scoring bidders will be progressed to the ITT stage (it is envisaged this will be five bidders, where five have demonstrated they have the capacity and have met the Universities minimum criteria, including minimum scores where applicable, the university reserves the right to progress more than 5 bidders).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £7,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2025
End date
30 June 2031
This contract is subject to renewal
Yes
Description of renewals
The initial term will be for 4 years and there will be provision for 2 extension periods.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
The Marks available for the Selection Questionnaire are 75 in total.To be considered an "acceptable response" bidders must score a minimum of 35 points out of the available total. The UCA will progress the top 5 acceptable responses, where less than 5 acceptable responses are received, the UCA reserves the right to progress less than 5 to the ITT stage
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Selection criteria as stated in the procurement documents
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As stated in the procurement documents
three.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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
19 February 2025
Local time
11:03am
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
17 March 2025
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
All formal complaints about the procurement process can be directed to UCA Procurement Procurement@uca.ac.uk or the Cabinet Office - Public Procurement Review Service.