Tender

Security Services 2023

  • THE UNIVERSITY OF WESTMINSTER

F02: Contract notice

Notice identifier: 2023/S 000-028543

Procurement identifier (OCID): ocds-h6vhtk-040449

Published 27 September 2023, 4:32pm



Section one: Contracting authority

one.1) Name and addresses

THE UNIVERSITY OF WESTMINSTER

309 Regent Street

LONDON

W1B2HW

Contact

Steve Phelps

Email

phelpss@westminster.ac.uk

Telephone

+44 7725138435

Country

United Kingdom

Region code

UKI32 - Westminster

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.westminster.ac.uk/

Buyer's address

https://procontract.due-north.com

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com

one.4) Type of the contracting authority

Other type

University

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Security Services 2023

Reference number

DN690122

two.1.2) Main CPV code

  • 79710000 - Security services

two.1.3) Type of contract

Services

two.1.4) Short description

The University of Westminster is seeking to appoint a suitably skilled and experiences service provider to deliver the security services across academic and residential areas as a requirement under public sector procurement rules.

The service will cover all University buildings in Harrow, Marylebone Street and Fitzrovia and includes operational, academic and student residential facilities.

The University wishes to use this opportunity to secure a partnership arrangement with a 'best in class' Service Provider. The University will award a new contract to the supplier who can best demonstrate an ability to deliver the high standards of security services required in line with an increasing focus on innovation and demonstrating value for money.

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

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
  • UKI - London
Main site or place of performance

The Regent Campus operates across three separate buildings; the Grade II Listed Regent Street building which some elements date back to the mid-nineteenth century, the c1930s Little Titchfield Street buildings and the Wells Street building.

The Cavendish Campus, based at 115 New Cavendish Street, is a 1960s construction that includes an underground parking facility. Close by are two administrative buildings, Cavendish House and 120 New Cavendish Street

The Marylebone campus is located on Marylebone Road and comprises of academic buildings, halls of residence and an adjacent office building, the majority of the buildings having been constructed in 1960's with numerous additions and modifications subsequently.

The Harrow Campus is located on Watford Road, Northwick Park and comprises of academic buildings, halls of residence plus extensive grounds and a carpark. The majority of the buildings were constructed in the 1960's with the halls of residence being built in 1995 and 2005.

two.2.4) Description of the procurement

The University of Westminster is seeking to appoint a suitably skilled and experiences service provider to deliver the security services across academic and residential areas as a requirement under public sector procurement rules.

The service will cover all the University estate, including operational, academic and student residential facilities.

The University wishes to use this opportunity to secure a partnership arrangement with a 'best in class' Service Provider. The University will award a new contract to the supplier who can best demonstrate an ability to deliver the high standards of security services required in line with an increasing focus on innovation and demonstrating value for money.

Full detail is shown in the tender documentation.

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: £5,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

Competitive procedure with negotiation

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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

30 October 2023

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.4) Procedures for review

six.4.1) Review body

University of Westminster

London

Country

United Kingdom