Contract

Security Services Framework - Lot 4 (Out of Hours Services, Monitoring and Maintenance)

  • West Northamptonshire Council

F03: Contract award notice

Notice identifier: 2025/S 000-046587

Procurement identifier (OCID): ocds-h6vhtk-04d4a2 (view related notices)

Published 6 August 2025, 3:02pm



Section one: Contracting authority

one.1) Name and addresses

West Northamptonshire Council

Angel Street

Northampton

NN11ED

Email

procurement@westnorthants.gov.uk

Telephone

+44 3001267000

Country

United Kingdom

Region code

UKF24 - West Northamptonshire

OCID

ocds-h6vhtk-04d4a2

Internet address(es)

Main address

www.westnorthants.gov.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Security Services Framework - Lot 4 (Out of Hours Services, Monitoring and Maintenance)

Reference number

WNC00000483

two.1.2) Main CPV code

  • 79710000 - Security services

two.1.3) Type of contract

Services

two.1.4) Short description

West Northamptonshire Council has recently awarded a Framework Agreement for Security Services. (FTS ref 2024/S 000-009343). The Council now wishes to appoint a single supplier for the delivery of Lot 4 (Out of Hours Services, Monitoring and Maintenance) after having to abandon the initial award. Lot 4 is for Out of Hours Security Services, Monitoring and Maintenance. 1 supplier to be awarded the contract via Direct award call off. Lot 4 value = £10,320,000. There will be no guarantee of work or volume of work to be given under this framework.Variant bids not offered. The framework started 1st December 2024. The Authority proposes to enter into one (1) contract for Lot 4 for an initial period of 30 months with the preferred Potential Supplier, with an option to extend for a further 12 months making 42 months in total. Tenders must be returned via the Portal. The tender return date is midday on Monday 17th February 2025.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £10,320,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKF24 - West Northamptonshire

two.2.4) Description of the procurement

West Northamptonshire Council has recently awarded a Framework Agreement for Security Services. (FTS ref 2024/S 000-009343). The Council now wishes to appoint a single supplier for the delivery of Lot 4 (Out of Hours Services, Monitoring and Maintenance) after having to abandon the initial award.West Northamptonshire is in the East Midlands with a population of around 425,700 covering an area of 531.79 sq. miles (1,377.3 km2.) West Northamptonshire Council is committed to protecting staff and both our occupied and vacant estates. Formed in 2021, West Northamptonshire Council is responsible for half of Northamptonshire and covers the former authority areas of Daventry, South Northamptonshire, Northampton, and the responsibilities of Northamptonshire County Council. Its functions include Waste Collection, Regeneration, Museums, Planning, Social Services, Education and Library services. West Northamptonshire Council are inviting the security industry to work on a solution that matches with the organisational THRIVE Ambitions. These Ambitions can be found here: https://www.westnorthants.gov.uk/corporate-plan/our-vision Lot 4 is for Out of Hours Security Services, Monitoring and Maintenance. 1 supplier to be awarded the contract via Direct award call off.Lot 4 value = £10,320,000There will be no guarantee of work or volume of work to be given under this framework.By way of access agreement, this framework is open to current and new Authority customers seeking to utilise the Authority's frameworks on an independent third-party basis including:• partners and other organisations delegating services and or functions to the Authority;• any city, district, borough or other local authority within the county of Northamptonshire;• any companies or organisations set up by participants in the Authority;• any school, academy, university or other educational establishment within the county of Northamptonshire; and• any Public Body outlined in either Part I or Part II of the Local Authorities (Goods and Services) (Public Bodies) Order 1972. Details of which can be found at http://www.legislation.gov.uk/uksi/1972/853/made.Access to this framework by such bodies shall be solely controlled and managed by the Authority, and the successful Potential Supplier(s) shall not accept any instructions under this framework other than from the Authority.Organisations who wish to award a contract under this framework:• must first sign an access agreement (provided by the Authority's Procurement Team) and will incur a fee of 0.5% of the services provided under the Framework.• are solely responsible for the management of this framework. The Authority's Procurement Team will not contract manage on behalf of any organisation calling off the framework;• must award the contract in line with the terms of the framework; • are responsible for issuing a Contract Award Notice via the Contracts Finder and Find a Tender websites (where applicable).Potential Suppliers must be able to promptly provide appropriate evidence of the value of business conducted against the framework at any point during the term of the framework to allow the Authority to calculate rebate values. This data must include:• contract titles and numbers per Organisation accessing the framework;• period covered by the rebate payment; • and value of business on which the rebate is calculated.Variant bids not offered.The framework started 1st December 2024.The Authority proposes to enter into one (1) contract for Lot 4 for an initial period of 30 months with the preferred Potential Supplier, with an option to extend for a further 12 months making 42 months in total. If your organisation wishes to participate in this process, you need to register with In-Tend Portal. You will be unable to take part if you do not register.Please use the link below and follow the instructions on the website: https://in-tendhost.co.uk/wnc/aspx/Home

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 75

Price - Weighting: 25

two.2.11) Information about options

Options: No

two.2.14) Additional information

Price is not the only award criterion and all criteria are stated only in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-001863


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

4 August 2025

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

1st Reaction Security Limited

Kettering

Country

United Kingdom

NUTS code
  • UKF24 - West Northamptonshire
Companies House

03883037

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £10,320,000

Total value of the contract/lot: £10,320,000


Section six. Complementary information

six.3) Additional information

Framework duration for Lot 4 is 42 months. The Authority will enter into one call off contract for Lot 4 for an initial period of 30 months with an option to extend for a further 12 months making 42 months in total.

West Northamptonshire Council awarded a Framework Agreement for Security Services. (FTS ref 2024/S 000-009343). The Council now wishes to appoint a single supplier for the delivery of Lot 4 (Out of Hours Services, Monitoring and Maintenance) after having to abandon the initial award.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Authority has observed a minimum ten (10) calendar day standstill period in accordance with the Public Contracts Regulations 2015 following notification of intention to award. The Public Contracts Regulations 2015 set out the potential remedies available to a bidder in the event of a challenge. Proceedings must be brought in accordance with those Regulations including the time period for challenge - usually thirty (30) days from actual or constructive knowledge but which can be extended by the Court in certain circumstances.