Notice Information
Notice Title
Outsourced Security Services at The University of Southampton
Notice Description
The University Security Service is responsible for security at all sites which are owned by or leased by the University. However, the Service also extends to other sites and properties, which may, from time to time, be used by the University in pursuance of its activities. The teams who provide security in halls and the library are responsible for evening and weekend concierge services.
Lot Information
Lot 1
The University Security Service is responsible for security at all sites which are owned by or leased by the University. However, the Service also extends to other sites and properties, which may, from time to time, be used by the University in pursuance of its activities. The teams who provide security in halls and the library are responsible for evening and weekend concierge services. The aim of the University's overall Security Service is to: * Prevent unauthorised access to University premises. * Protect life and limb of all persons on the premises. * Protect University property and all other property on University premises. * Protect confidential and sensitive information. * Maintain an efficient security structure based on prevention of problems and attacks. * Maintain a level of security consistent with the academic freedom in an environment of learning. * To provide a first point of contact for students at reception points in line with the University's customer service expectations. * To provide an approachable, professional, and above all, customer-focused service at all times.
Renewal: This contract is subject to renewal upon expiry of the initial term and any possible extensions. Details surrounding the contract term can be found within File 2 of the tender documentation - Selection Stage Scope, Guidance and Instructions (section 2.6). The formal renewal process surrounding this contract will take place prior to the full contract term ending. At this point, a new service provider will be formally procured to resume contractual performance before the next scheduled iteration of this service requirement continues.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02ec70
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/010807-2022
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
79710000 - Security services
79714000 - Surveillance services
79715000 - Patrol services
Notice Value(s)
- Tender Value
- £10,500,000 £10M-£100M
- Lots Value
- £10,500,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £10,500,000 £10M-£100M
Notice Dates
- Publication Date
- 27 Apr 20223 years ago
- Submission Deadline
- 24 Nov 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 18 Apr 20223 years ago
- Contract Period
- 2 Sep 2022 - 2 Sep 2029 Over 5 years
- Recurrence
- This is likely to be re-procured in 2029. This contract is subject to renewal upon expiry of the initial term and/or any possible extensions thereafter. Specific details surrounding the contract term can be found within File 2 - Selection Stage Scope, Guidance and Instructions (section 2.6) of the tender documentation.
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY OF SOUTHAMPTON
- Contact Name
- Angela Nemeth
- Contact Email
- a.a.nemeth@soton.ac.uk
- Contact Phone
- +44 2380592654
Buyer Location
- Locality
- SOUTHAMPTON
- Postcode
- SO17 1BJ
- Post Town
- Southampton
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ3 Hampshire and Isle of Wight
- Small Region (ITL 3)
- TLJ32 Southampton
- Delivery Location
- TLJ3 Hampshire and Isle of Wight, TLJ36 Central Hampshire
-
- Local Authority
- Southampton
- Electoral Ward
- Portswood
- Westminster Constituency
- Southampton Test
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02ec70-2022-04-27T11:56:43+01:00",
"date": "2022-04-27T11:56:43+01:00",
"ocid": "ocds-h6vhtk-02ec70",
"description": "E-Tendering Portal: The University is utilising an electronic tendering tool, In-Tend (https://intendhost.co.uk/ universityofsouthampton) to manage this procurement and to communicate with potential suppliers and/or tenderers (as appropriate). All documentation in relation to this tender can be downloaded from In-Tend. Potential suppliers/tenderers are advised that there will be no hard copy documents issued and all communications with the University, including the submission of Selection Stage and/or Invitation to Tender responses will be conducted via In-Tend. Regular monitoring of the portal is the responsibility of the potential supplier/tenderer. If you are not already registered as a supplier with the University of Southampton, you will need to register in In-Tend in order to access the procurement documentation. Once you have logged in as a supplier: click on 'Tenders'; locate the relevant project; and click 'View Details'. Once you are in the project screen, you will be able to register your organisation against the project and access all documentation by clicking 'Express Interest'. Potential suppliers/tenderers are advised that formal expressions of interest in the project must be by way of completion and return of the relevant documents via In-Tend. Further instructions for the submission of responses are below: To submit your return: 1. Log in 2. Click 'Tenders' 3. Locate the relevant project 4. View details 5. Click on the tab relating to the relevant project stage (e.g. 'Invitation to Tender') 6. Click on the 'Attach Documents' button and upload your return. 7. Check ALL your response documents are uploaded and displayed in the 'My Tender Return' panel. The system will only permit your organisation to make one return. 8. Click the red 'Submit Return' button. Please note, to preserve the integrity of the procurement, all communications with the University must be made via the correspondence function within In-Tend. Publication of Award Details: In accordance with Regulation 50, paragraph (2) of the Public Contracts Regulations 2015 and subject to Article 5 and Annex 5, Part D (13) of Directive 2014/24/EU of the European Parliament and of the Council (if applicable), the University intends to publish the value of any resulting contract at the award stage, and reserves the right to do so. By submitting a response, potential suppliers/tenderers are consenting to publication of this information unless otherwise agreed in advance with the University. Costs and Expenses: Potential suppliers/tenderers are solely responsible for their costs and expenses incurred in connection with the preparation and submission of responses and participation in this and all future stages of this procurement. Under no circumstances will the University be liable for any costs or expenses borne by potential suppliers/tenderers or any of their supply chain, partners or advisers in this procurement process. The University is not liable for any costs in the event of the cancellation of this procurement process.",
"initiationType": "tender",
"tender": {
"id": "2020UoS-0086",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Outsourced Security Services at The University of Southampton",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "79710000",
"description": "Security services"
},
"mainProcurementCategory": "services",
"description": "The University Security Service is responsible for security at all sites which are owned by or leased by the University. However, the Service also extends to other sites and properties, which may, from time to time, be used by the University in pursuance of its activities. The teams who provide security in halls and the library are responsible for evening and weekend concierge services.",
"value": {
"amount": 10500000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The University Security Service is responsible for security at all sites which are owned by or leased by the University. However, the Service also extends to other sites and properties, which may, from time to time, be used by the University in pursuance of its activities. The teams who provide security in halls and the library are responsible for evening and weekend concierge services. The aim of the University's overall Security Service is to: * Prevent unauthorised access to University premises. * Protect life and limb of all persons on the premises. * Protect University property and all other property on University premises. * Protect confidential and sensitive information. * Maintain an efficient security structure based on prevention of problems and attacks. * Maintain a level of security consistent with the academic freedom in an environment of learning. * To provide a first point of contact for students at reception points in line with the University's customer service expectations. * To provide an approachable, professional, and above all, customer-focused service at all times.",
"awardCriteria": {
"criteria": [
{
"name": "Contract Implementation",
"type": "quality",
"description": "10%"
},
{
"name": "Continuing Operational Standards",
"type": "quality",
"description": "10%"
},
{
"name": "Customer Service Delivery",
"type": "quality",
"description": "20%"
},
{
"name": "Staff Recruitment and Retention",
"type": "quality",
"description": "10%"
},
{
"name": "Presentation",
"type": "quality",
"description": "10%"
},
{
"type": "price",
"description": "40%"
}
]
},
"value": {
"amount": 10500000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2022-09-03T00:00:00+01:00",
"endDate": "2029-09-02T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "This contract is subject to renewal upon expiry of the initial term and any possible extensions. Details surrounding the contract term can be found within File 2 of the tender documentation - Selection Stage Scope, Guidance and Instructions (section 2.6). The formal renewal process surrounding this contract will take place prior to the full contract term ending. At this point, a new service provider will be formally procured to resume contractual performance before the next scheduled iteration of this service requirement continues."
},
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"selectionCriteria": {
"description": "An overall pass mark of 60% shall apply at Selection Stage evaluated against the requirements detailed within this Selection Stage document set. Potential Suppliers who do not achieve an overall score of 60% or higher will not be eligible for progression to formal Invitation to Tender (ITT) stage (Stage 2). It is the University's intention to arrive at a short list of 5 Potential Suppliers for the ITT stage. The number of Potential Suppliers will be based on the top 5 percentage scores at or above the overall pass mark. Where less than 5 Potential Suppliers meet or exceed the overall pass mark, only those Potential Suppliers who meet or exceed the overall pass mark will be invited to formal ITT stage. Criteria will be as follows. Full details are provided in the Selection Stage document set: Mandatory Requirements: Pass/Fail 1. Is your organisation accredited by the Security Industry Authority (SIA) or equivalent? 2. Due to the nature of the University's sites, it is a requirement of this contract that all operatives working on the University's Academic sites are holders of SIA Door Supervisors Licences and the Halls of Residences are holders of the SIA Security Guard License Are you able to confirm that your organisation is capable of meeting these requirements? If yes, please provide evidence of this? Weighted Requirements: Track Record & Experience - 40% Concierge & 'Soft Touch' Customer Service Delivery - 30% Management & Crisis Experience - 30%"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79714000",
"description": "Surveillance services"
},
{
"scheme": "CPV",
"id": "79715000",
"description": "Patrol services"
}
],
"deliveryAddresses": [
{
"region": "UKJ36"
},
{
"region": "UKJ3"
}
],
"relatedLot": "1"
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://in-tendhost.co.uk/universityofsouthampton",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Due to the specific nature of this procurement, it is anticipated that the successful service provider will meet the statutory requirements to operate safely and in-line with the requirements of the service specification and will be suitably affiliated to the relevant trade registers and professional body(s).",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "To support the financial assessment, the University will obtain a Business Risk Report for all [Potential Suppliers/Tenderers] and every organisation that is being relied on to meet this procurement, using an independent company called Creditsafe. The University reserves the right to exclude a Tenderer or request provision of further assurances such as parent company/bank guarantee or performance bonds where a Tenderer's Business Risk Score is: \"Moderate Risk\"; \"High Risk\"; \"Very High Risk\"; or \"Not Rated\", based on the rating provided by Creditsafe Where a Business Risk Score from our external system is not available, then an alternative method of assessing financial standing will be used. This method is detailed within the Invitation to Tender document set.",
"minimum": "Potential suppliers/Tenderers are advised that a requirement of this procurement is to have in place, or commit to obtain prior to the commencement of the contract, the following minimum insurance levels: Employers (Compulsory) Liability: PS10 million GBP per occurrence. Public Liability: PS10 million GBP per occurrence. Professional Indemnity Insurance: PS5 million GBP per occurrence.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "The selection criteria is as stated in the Selection Stage document set However, potential suppliers' attention is drawn to the MANDATORY requirements of the selection criteria File 2 - Selection Stage Scope, Guidance and Instructions.: Each of the below requirements are captured within the File 3 - Selection Questionnaire: Section 2 - Grounds for mandatory exclusion Section 3 - Grounds for discretionary exclusion Section 4 - Economic and Financial Standing Section 6 - Technical and Professional ability (including project specific questions) Section 7 - Modern Slavery Act 2015: Requirements under Modern Slavery Act 2015 Section 8.1 - Insurance Additionally, potential suppliers' attention is drawn to the MANDATORY requirements of the award criteria. Full information is provided in the draft Invitation to Tender document set, which is made available at the Selection Stage for information. Control of Contractors Health & Safety (CC3) Form",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "Due to the technical nature of this procurement, it is anticipated that the successful tenderer will be able to meet the statutory requirements to operate safely within the industry and will be suitably affiliated to the relevant trade registers and professional body(s). Details of the mandatory requirements with regards to contractual performance can be found within the service specification located within File 4 of the Invitation to Tender document set.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-11-24T12:00:00Z"
},
"secondStage": {
"invitationDate": "2022-01-07T00:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"hasRecurrence": true,
"recurrence": {
"description": "This is likely to be re-procured in 2029. This contract is subject to renewal upon expiry of the initial term and/or any possible extensions thereafter. Specific details surrounding the contract term can be found within File 2 - Selection Stage Scope, Guidance and Instructions (section 2.6) of the tender documentation."
}
},
"parties": [
{
"id": "GB-FTS-31736",
"name": "UNIVERSITY OF SOUTHAMPTON",
"identifier": {
"legalName": "UNIVERSITY OF SOUTHAMPTON"
},
"address": {
"streetAddress": "BUILDING 37, HIGHFIELD CAMPUS,UNIVERSITY ROAD",
"locality": "SOUTHAMPTON",
"region": "UKJ3",
"postalCode": "SO171BJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Angela Nemeth",
"telephone": "+44 2380592654",
"email": "a.a.nemeth@soton.ac.uk",
"url": "https://in-tendhost.co.uk/universityofsouthampton"
},
"roles": [
"buyer"
],
"details": {
"url": "https://in-tendhost.co.uk/universityofsouthampton/aspx/Home",
"buyerProfile": "https://in-tendhost.co.uk/universityofsouthampton",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "09",
"description": "Education"
}
]
}
},
{
"id": "GB-FTS-8641",
"name": "University of Southampton",
"identifier": {
"legalName": "University of Southampton"
},
"address": {
"streetAddress": "University Road",
"locality": "Southampton",
"postalCode": "SO17 1BJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2380593500",
"email": "procurement@soton.ac.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-51234",
"name": "Bidvest Noonan (UK) Ltd",
"identifier": {
"legalName": "Bidvest Noonan (UK) Ltd"
},
"address": {
"locality": "London",
"region": "UKJ3",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-18701",
"name": "University of Southampton",
"identifier": {
"legalName": "University of Southampton"
},
"address": {
"locality": "Southampton",
"postalCode": "SO17 1BJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "procurement@soton.ac.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-31736",
"name": "UNIVERSITY OF SOUTHAMPTON"
},
"language": "en",
"awards": [
{
"id": "010807-2022-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-51234",
"name": "Bidvest Noonan (UK) Ltd"
}
]
}
],
"contracts": [
{
"id": "010807-2022-1",
"awardID": "010807-2022-1",
"status": "active",
"value": {
"amount": 10500000,
"currency": "GBP"
},
"dateSigned": "2022-04-19T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
}
]
}
}