Section one: Contracting authority
one.1) Name and addresses
Star Academies
Shadsworth Road
Blackburn
BB1 2HT
matthew.little@staracademies.org
Telephone
+44 3303139116
Country
United Kingdom
NUTS code
UKD41 - Blackburn with Darwen
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://suppliers.multiquote.com
Additional information can be obtained from another address:
Star Academies
Shadsworth Road
Blackburn
BB1 2HT
matthew.little@staracademies.org
Telephone
+44 3303139116
Country
United Kingdom
NUTS code
UKD41 - Blackburn with Darwen
Internet address(es)
Main address
Buyer's address
Tenders or requests to participate must be submitted electronically via
https://suppliers.multiquote.com
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
Star Academies Security Alarms & CCTV Maintenance Framework
Reference number
CA10238 - FWO/2022/SEC1
two.1.2) Main CPV code
- 79710000 - Security services
two.1.3) Type of contract
Services
two.1.4) Short description
Star Academies are running an FTS compliant tender to select up to four approved suppliers across four regions (Northwest, West Yorkshire, West Midlands & London) to provide a complete service across Security Alarms & CCTV including monitoring and maintenance
two.1.5) Estimated total value
Value excluding VAT: £200,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
4
Maximum number of lots that may be awarded to one tenderer: 4
two.2) Description
two.2.1) Title
Lot 1 - Northwest
Lot No
1
two.2.2) Additional CPV code(s)
- 79700000 - Investigation and security services
two.2.3) Place of performance
NUTS codes
- UKD36 - Greater Manchester North West
- UKD - North West (England)
Main site or place of performance
Blackburn with Darwen
two.2.4) Description of the procurement
Cheshire, Cumbria, Greater Manchester, Lancashire, Merseyside
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: £78,500
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 6
Maximum number: 24
Objective criteria for choosing the limited number of candidates:
Up to 6 bidders per lot. More than this would create a challenge with evaluation workload.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
48 month(s) from the commencement date, with 24 initial month(s) and option to extend 1x24 month(s)
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2 - West Yorkshire
Lot No
2
two.2.2) Additional CPV code(s)
- 79710000 - Security services
two.2.3) Place of performance
NUTS codes
- UKE4 - West Yorkshire
Main site or place of performance
Blackburn with Darwen
two.2.4) Description of the procurement
Bradford, Calderdale, Kirklees, Leeds, Wakefield
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: £43,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 6
Maximum number: 24
Objective criteria for choosing the limited number of candidates:
Up to 6 bidders per lot. More than this would create a challenge with evaluation workload.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
48 month(s) from the commencement date, with 24 initial month(s) and option to extend 1x24 month(s)
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 3 - West Midlands
Lot No
3
two.2.2) Additional CPV code(s)
- 79710000 - Security services
two.2.3) Place of performance
NUTS codes
- UKG3 - West Midlands
Main site or place of performance
Blackburn with Darwen
two.2.4) Description of the procurement
Birmingham, Coventry, Dudley, Sandwell, Solihull, Walsall, Wolverhampton
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: £57,500
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 6
Maximum number: 24
Objective criteria for choosing the limited number of candidates:
Up to 6 bidders per lot. More than this would create a challenge with evaluation workload.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
48 month(s) from the commencement date, with 24 initial month(s) and option to extend 1x24 month(s)
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 4 - London
Lot No
4
two.2.2) Additional CPV code(s)
- 79710000 - Security services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
Blackburn with Darwen
two.2.4) Description of the procurement
Greater London urban area including London, Surrey, Hertfordshire, Berkshire, Essex and Kent
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: £21,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 6
Maximum number: 24
Objective criteria for choosing the limited number of candidates:
Up to 6 bidders per lot. More than this would create a challenge with evaluation workload.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
48 month(s) from the commencement date, with 24 initial month(s) and option to extend 1x24 month(s)
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.1.2) 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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.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: 4
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
25 April 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Star Academies
Shadsworth Road
Blackburn
BB1 2HT
matthew.little@staracademies.org
Telephone
+44 3303139116
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Star Academies
Shadsworth Road
Blackburn
BB1 2HT
matthew.little@staracademies.org
Telephone
+44 3303139116
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Star Academies
Shadsworth Road
Blackburn
BB1 2HT
matthew.little@staracademies.org
Telephone
+44 3303139116
Country
United Kingdom