Scope
Reference
EFM5105 LU
Description
London Universities Purchasing Consortium (LUPC) is establishing a multi-supplier framework agreement for the provision of security services, cleaning services, and combined security and cleaning services. The framework will support eligible members in procuring high-quality, compliant, and cost-effective services across a variety of environments, including education, research, healthcare, cultural, and wider public sector settings. The framework is structured into three Lots: Lot 1 - Security Services Covers the provision of staffed security services, including but not limited to static guarding, mobile patrols, keyholding, alarm response, CCTV monitoring, and event security. Services may be required at sites with varied operational requirements and risk profiles. Lot 2 - Cleaning Services Encompasses the delivery of general, periodic, and specialist cleaning services. This includes deep cleaning, high-level cleaning, window cleaning, and cleaning in specialised environments such as laboratories or clinical areas. Related waste and hygiene management activities may also be included. Lot 3 - Combined Security and Cleaning Services Designed for members requiring integrated delivery of both security and cleaning services. This Lot enables combined service provision under a single contract or coordinated management model, supporting streamlined operations and improved service continuity where appropriate. The framework will provide a compliant route to market that promotes quality, value for money, sustainability, and social value.
Commercial tool
Establishes a framework
Total value (estimated)
- £80,000,000 excluding VAT
- £96,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 10 November 2025 to 9 November 2027
- Possible extension to 9 November 2029
- 4 years
Description of possible extension:
Up to two (2) additional periods of twelve (12) months each
Main procurement category
Services
Not the same for all lots
CPV classifications, contract locations and options are shown in Lot sections, because they are not the same for all lots.
Lot LOT-0001. Lot 1 Security Services
Description
This Lot covers the provision of staffed security services to support the protection of people, property, and assets across a wide range of operational settings. Services may include static guarding, mobile patrols, keyholding, alarm response, CCTV monitoring, access control, and event security. Suppliers must be capable of delivering professional, reliable, and flexible services tailored to members' varied site needs and risk profiles.
Lot value (estimated)
- £24,000,000 excluding VAT
- £28,800,000 including VAT
Framework lot values may be shared with other lots
Options
The right to additional purchases while the contract is valid.
The buyer reserves the right for additional purchases, described here, from the contractor: Individual Lot values are indicative only and provided for estimation purposes. Actual value will depend on Customers' purchasing patterns and their decisions when calling off services. For the purposes of monitoring spend over the life of the framework agreement, the total framework value will be used to assess whether the overall spend threshold is being approached or exceeded throughout its term.
CPV classifications
- 79993100 - Facilities management services
- 79710000 - Security services
- 79711000 - Alarm-monitoring services
- 79713000 - Guard services
- 79715000 - Patrol services
Contract locations
- UK - United Kingdom
- UKH3 - Essex
Same for all lots
Contract dates are shown in the Scope section, because they are the same for all lots.
Lot LOT-0002. Lot 2 Cleaning Services
Description
This Lot covers the delivery of routine and specialist cleaning services to support safe, hygienic, and well-maintained environments. The scope includes general daily cleaning, periodic deep cleans, window and high-level cleaning, and cleaning in specialist areas such as laboratories or clinical settings. Related waste and hygiene management activities may also be included. Services must be delivered in line with members' site-specific requirements.
Lot value (estimated)
- £32,000,000 excluding VAT
- £38,400,000 including VAT
Framework lot values may be shared with other lots
Options
The right to additional purchases while the contract is valid.
The buyer reserves the right for additional purchases, described here, from the contractor: Individual Lot values are indicative only and provided for estimation purposes. Actual value will depend on Customers' purchasing patterns and their decisions when calling off services. For the purposes of monitoring spend over the life of the framework agreement, the total framework value will be used to assess whether the overall spend threshold is being approached or exceeded throughout its term.
CPV classifications
- 79993100 - Facilities management services
- 90900000 - Cleaning and sanitation services
- 90910000 - Cleaning services
- 90911000 - Accommodation, building and window cleaning services
- 90911100 - Accommodation cleaning services
- 90911200 - Building-cleaning services
Contract locations
- UK - United Kingdom
- UKK - South West (England)
Same for all lots
Contract dates are shown in the Scope section, because they are the same for all lots.
Lot LOT-0003. Lot 3 Combined Security and Cleaning Services
Description
This Lot is designed for members requiring integrated delivery of both security and cleaning services. It enables procurement of combined services under a single contract or through a coordinated management model. The Lot supports operational efficiencies, streamlined service management, and continuity of delivery for sites where dual services are required. Suppliers must be able to manage both services effectively across a variety of settings.
Lot value (estimated)
- £24,000,000 excluding VAT
- £28,800,000 including VAT
Framework lot values may be shared with other lots
Options
The right to additional purchases while the contract is valid.
Individual Lot values are indicative only and provided for estimation purposes. Actual value will depend on Customers' purchasing patterns and their decisions when calling off services. For the purposes of monitoring spend over the life of the framework agreement, the total framework value will be used to assess whether the overall spend threshold is being approached or exceeded throughout its term.
CPV classifications
- 79993100 - Facilities management services
- 79710000 - Security services
- 79711000 - Alarm-monitoring services
- 79713000 - Guard services
- 79715000 - Patrol services
- 90900000 - Cleaning and sanitation services
- 90910000 - Cleaning services
- 90911000 - Accommodation, building and window cleaning services
- 90911100 - Accommodation cleaning services
- 90911200 - Building-cleaning services
Contract locations
- UK - United Kingdom
- UKH3 - Essex
Same for all lots
Contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
1%
Further information about fees
A framework levy will apply under this agreement. The Supplier shall pay a levy equal to the percentage disclosed in the "Percentage fee charged to suppliers" section of this notice. This levy is calculated as a percentage of the Supplier's total invoiced Charges (excluding VAT) each quarter for all Call-Off Contracts awarded under the framework. The levy supports the ongoing management and administration of the framework. Full details are set out in the Framework Agreement.
Framework operation description
This framework agreement will be established with multiple suppliers and will operate in accordance with the Procurement Act 2023. All call-off contracts will be awarded through a mini-competition process. Prior to issuing an Invitation to Mini-Tender, the customer may engage with suppliers to confirm their capacity and interest in the specific opportunity. Suppliers who confirm they are unable or unwilling to participate will not be invited to that mini-competition. Each mini-competition will include a specification, timeframe, and clearly defined award criteria and their relative weightings. Tenders will be evaluated based on the Most Advantageous Tender (MAT) principle. The framework is designed to ensure transparency, fairness, and value for money, and allows for flexibility in meeting the specific needs of Customers. Call-off contracts may be entered into at any time during the framework term and will be governed by the Call-Off Terms and Conditions set out in the agreement.
Award method when using the framework
With competition
Contracting authorities that may use the framework
Members of London Universities Purchasing Consortium (LUPC) listed on their website: https://www.lupc.ac.uk/members/our members/ Members of Southern Universities Procurement Consortium (SUPC) listed on their website: https://www.supc.ac.uk/our-members/
Participation
Legal and financial capacity conditions of participation
Lot LOT-0001. Lot 1 Security Services
Lot LOT-0002. Lot 2 Cleaning Services
Lot LOT-0003. Lot 3 Combined Security and Cleaning Services
As stated in the procurement documents
Technical ability conditions of participation
Lot LOT-0001. Lot 1 Security Services
Lot LOT-0002. Lot 2 Cleaning Services
Lot LOT-0003. Lot 3 Combined Security and Cleaning Services
As stated in the procurement documents
Particular suitability
Lot LOT-0001. Lot 1 Security Services
Lot LOT-0002. Lot 2 Cleaning Services
Lot LOT-0003. Lot 3 Combined Security and Cleaning Services
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
3 September 2025, 6:00pm
Submission type
Tenders
Tender submission deadline
12 September 2025, 5:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
27 October 2025
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
Technical (Quality) | As stated in the procurement documents |
Quality | 70% |
Commercial (Price) | As stated in the procurement documents |
Price | 30% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
This procurement will be conducted using the Competitive Flexible Procedure as set out in Section 20(2)(b) of the Procurement Act 2023. The procedure will consist of an initial selection stage to assess supplier capability, followed by an invitation to tender for shortlisted suppliers. The process may include negotiation and/or clarification stages to ensure the most advantageous tender is identified. The procedure is designed to encourage innovation, ensure value for money, and support the delivery of high-quality security and cleaning services. The contracting authority reserves the right to refine the process in line with the Procurement Act 2023 and associated guidance.
Contracting authority
London Universities Purchasing Consortium
- Public Procurement Organisation Number: PNVT-3763-LBZD
5th Floor, Pinnacle House, 23-26 St Dunstan's Hil
London
EC3R 8HN
United Kingdom
Contact name: Julie Gooch
Telephone: +44 2073072778
Email: j.gooch@lupc.ac.uk
Website: https://www.lupc.ac.uk
Region: UKI31 - Camden and City of London
Organisation type: Public undertaking (commercial organisation subject to public authority oversight)