Section one: Contracting authority
one.1) Name and addresses
West Northamptonshire Council
Angel Street
Northampton
NN11ED
procurement@westnorthants.gov.uk
Telephone
+44 3001267000
Country
United Kingdom
Region code
UKF24 - West Northamptonshire
OCID
ocds-h6vhtk-04d4a2
Internet address(es)
Main address
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.