Northern Housing Consortium Ltd : Property Security and Electrical Works

  Northern Housing Consortium Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Property Security and Electrical Works
Notice type: Contract Notice
Authority: Northern Housing Consortium Ltd
Nature of contract: Services
Procedure: Open
Short Description: Provision of property safety and security products and services, including: Manufacture/Supply and Install of Protection, Security and Safety Products, design, supply, installation and maintenance of CCTV systems, intruder alarms systems, door entry/access control systems, lightning protection systems, manned security services, mobile patrols, waking watch services, void security and protection, void clearance and general cleaning, void specialist cleaning, PAT testing, fixed electrical testing, electrical condition surveys and inspection reports, electrical remedial work and consultancy services. The framework will be available for all current and future Member Organisations of the Consortium, further information on who can access the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/
Published: 14/12/2022 09:40
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Sunderland: Residential property services.
Section I: Contracting Authority
      I.1) Name and addresses
             Northern Housing Consortium Ltd
             Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
             Tel. +44 1915661000, Email: tenders@consortiumprocurement.org.uk
             Contact: Drew Frame
             Main Address: www.northern-consortium.org.uk
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: Yes.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Residential-property-services./EC5PR3M758
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Property Security and Electrical Works       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      70331000 - Residential property services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Provision of property safety and security products and services, including: Manufacture/Supply and Install of Protection, Security and Safety Products, design, supply, installation and maintenance of CCTV systems, intruder alarms systems, door entry/access control systems, lightning protection systems, manned security services, mobile patrols, waking watch services, void security and protection, void clearance and general cleaning, void specialist cleaning, PAT testing, fixed electrical testing, electrical condition surveys and inspection reports, electrical remedial work and consultancy services.
The framework will be available for all current and future Member Organisations of the Consortium, further information on who can access the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/       
      II.1.5) Estimated total value:
      Value excluding VAT: 230,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Member Organisations may choose to award Call-Off contracts under one or a combination of lot(s) or sub-lotsto meet their requirements.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: LOT 1: Product Catalogue: Manufacture/Supply and Install of Protection, Security and Safety Products       
      Lot No: Lot 1       
      II.2.2) Additional CPV codes:
      35120000 - Surveillance and security systems and devices.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: LOT 1 is available for Member Organisations to purchase a range of property safety and security relatedproducts. It is also available to purchase products with installation services where available
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 9,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Lot 1, Bidders must achieve a minimum score of 6 marks as per evaluation criterion in
ITT. If any bidder achieves less than 6, their bid will not be evaluated further and they will have failed the quality
requirements. All successful Bidders will be appointed to the Framework Agreement       
II.2) Description Lot No. 2
      
      II.2.1) Title: Sub-Lot 2.1: Design/Supply/Install/Maintain CCTV and ANPR Systems       
      Lot No: 2.1       
      II.2.2) Additional CPV codes:
      45312000 - Alarm system and antenna installation work.
      45312200 - Burglar-alarm system installation work.
      35125300 - Security cameras.
      50610000 - Repair and maintenance services of security equipment.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 2.1 covers the Design/Supply/Install/Maintain CCTV and ANPR Systems
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 9,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: Sub-Lot 2.2: Design/Supply/Install/Maintain Door Entry and Access Control Systems       
      Lot No: 2.2       
      II.2.2) Additional CPV codes:
      45312100 - Fire-alarm system installation work.
      45312200 - Burglar-alarm system installation work.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 2.2 is for Design/Supply/Install/Maintain Door Entry and Access Control Systems
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 4
      
      II.2.1) Title: Sub-Lot 2.3: Design/Supply/Install/Maintain Intruder Alarm Systems       
      Lot No: 2.3       
      II.2.2) Additional CPV codes:
      45312000 - Alarm system and antenna installation work.
      45312100 - Fire-alarm system installation work.
      50610000 - Repair and maintenance services of security equipment.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 2.3 is for Design/Supply/Install/Maintain Intruder Alarm Systems
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 9,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 5
      
      II.2.1) Title: Sub-Lot 2.4: CCTV Remote Monitoring       
      Lot No: 2.4       
      II.2.2) Additional CPV codes:
      79711000 - Alarm-monitoring services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Sub-Lot 2.4 is for CCTV Remote Monitoring
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 950,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 6
      
      II.2.1) Title: Sub-Lot 2.5: Intruder and Fire Alarm Remote Monitoring       
      Lot No: 2.5       
      II.2.2) Additional CPV codes:
      79711000 - Alarm-monitoring services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 2.5 is for Intruder and Fire Alarm Remote Monitoring
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 9,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 7
      
      II.2.1) Title: Sub-Lot 2.6: Design/Supply/Install/Maintain/Remote Monitoring of CCTV Systems       
      Lot No: 2.6       
      II.2.2) Additional CPV codes:
      79711000 - Alarm-monitoring services.
      45312100 - Fire-alarm system installation work.
      45312200 - Burglar-alarm system installation work.
      35125300 - Security cameras.
      50610000 - Repair and maintenance services of security equipment.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Sub-Lot 2.6 is for the Design/Supply/Install/Maintain/Remote Monitoring of CCTV Systems
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 9,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 8
      
      II.2.1) Title: Sub-Lot 2.7: Design/Supply/Install/Maintain/Remote Monitoring of Intruder Alarm Systems       
      Lot No: 2.7       
      II.2.2) Additional CPV codes:
      79711000 - Alarm-monitoring services.
      45312000 - Alarm system and antenna installation work.
      45312100 - Fire-alarm system installation work.
      45312200 - Burglar-alarm system installation work.
      50610000 - Repair and maintenance services of security equipment.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Sub-Lot 2.7is for the Design/Supply/Install/Maintain/Remote Monitoring of Intruder Alarm Systems
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 9
      
      II.2.1) Title: Sub-Lot 2.8: CCTV Systems, Door Entry/Access Control, Intruder Alarms Fully Managed Service       
      Lot No: 2.8       
      II.2.2) Additional CPV codes:
      79711000 - Alarm-monitoring services.
      45312100 - Fire-alarm system installation work.
      45312200 - Burglar-alarm system installation work.
      35120000 - Surveillance and security systems and devices.
      35125300 - Security cameras.
      50610000 - Repair and maintenance services of security equipment.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Sub-Lot 2.8 is for CCTV Systems, Door Entry/Access Control, Intruder Alarms Fully Managed Service
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 9,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 10
      
      II.2.1) Title: Sub-Lot 3.1: Manned Security Services       
      Lot No: 3.1       
      II.2.2) Additional CPV codes:
      79710000 - Security services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Sub-Lot 3.1 is for Manned Security Services
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 9,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 11
      
      II.2.1) Title: Sub-Lot 3.2: Mobile Patrol Services       
      Lot No: 3.2       
      II.2.2) Additional CPV codes:
      79715000 - Patrol services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Sub-Lot 3.2 is for Mobile Patrol Services
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 9,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 12
      
      II.2.1) Title: Sub-Lot 3.3: Waking Watch Services       
      Lot No: 3.3       
      II.2.2) Additional CPV codes:
      79710000 - Security services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Sub-Lot 3.3is for Waking Watch Services of properties and sites
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 9,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 13
      
      II.2.1) Title: Sub-Lot 3.4: Property and Site Safety and Security Fully Managed Service       
      Lot No: 3.4       
      II.2.2) Additional CPV codes:
      79710000 - Security services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: 3.4 is for Property and Site Safety and Security Fully Managed Service
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 9,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 14
      
      II.2.1) Title: Sub-Lot 4.1: Void Security and Protection       
      Lot No: 4.1       
      II.2.2) Additional CPV codes:
      79710000 - Security services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: ub-Lot 4.1 is for Void Security and Protection
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 9,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 15
      
      II.2.1) Title: Sub-Lot 4.2: Void Clearance and General Cleaning       
      Lot No: 4.2       
      II.2.2) Additional CPV codes:
      90910000 - Cleaning services.
      90911000 - Accommodation, building and window cleaning services.
      90911100 - Accommodation cleaning services.
      90911200 - Building-cleaning services.
      90911300 - Window-cleaning services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Sub-Lot 4.2 is Void Clearance and General Cleaning
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 9,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 16
      
      II.2.1) Title: Sub-Lot 4.3: Void Specialised Cleaning       
      Lot No: 4.3       
      II.2.2) Additional CPV codes:
      90910000 - Cleaning services.
      90911000 - Accommodation, building and window cleaning services.
      90911100 - Accommodation cleaning services.
      90911200 - Building-cleaning services.
      90911300 - Window-cleaning services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Sub-Lot 4.3 is Void Specialised Cleaning
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 9,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 17
      
      II.2.1) Title: Sub-Lot 4.4: Void Property Management Fully Managed Service       
      Lot No: 4.4       
      II.2.2) Additional CPV codes:
      79710000 - Security services.
      90910000 - Cleaning services.
      90911000 - Accommodation, building and window cleaning services.
      90911100 - Accommodation cleaning services.
      90911200 - Building-cleaning services.
      90911300 - Window-cleaning services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Sub-Lot 4.4 is for Void Property Management Fully Managed Service
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 9,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 18
      
      II.2.1) Title: Sub-Lot 5.1: PAT Testing       
      Lot No: 5.1       
      II.2.2) Additional CPV codes:
      39710000 - Electrical domestic appliances.
      71314100 - Electrical services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Sub-Lot 5.1 is for PAT Testing
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 9,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 19
      
      II.2.1) Title: Sub-Lot 5.2: Fixed Electrical Testing       
      Lot No: 5.2       
      II.2.2) Additional CPV codes:
      71314100 - Electrical services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Sub-Lot 5.2 is for Fixed Electrical Testing
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 950,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 20
      
      II.2.1) Title: Sub-Lot 5.3: Electrical Condition Surveys And Inspection Reports       
      Lot No: 5.3       
      II.2.2) Additional CPV codes:
      71314100 - Electrical services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Sub-Lot 5.3 is for Electrical Condition Surveys And Inspection Reports
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 9,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 21
      
      II.2.1) Title: Sub-Lot 5.4: Remedial Work, Including Rewires       
      Lot No: 5.4       
      II.2.2) Additional CPV codes:
      71314100 - Electrical services.
      50532400 - Repair and maintenance services of electrical distribution equipment.
      50710000 - Repair and maintenance services of electrical and mechanical building installations.
      50711000 - Repair and maintenance services of electrical building installations.
      51100000 - Installation services of electrical and mechanical equipment.
      51110000 - Installation services of electrical equipment.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Sub-Lot 5.4 is for electrical remedial work, including rewires
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 9,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 22
      
      II.2.1) Title: Sub-Lot 5.5: Electrical Works Fully Managed Service       
      Lot No: 5.5       
      II.2.2) Additional CPV codes:
      71314100 - Electrical services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Sub-Lot 5.5: Electrical Works Fully Managed Service
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 9,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 23
      
      II.2.1) Title: Sub-Lot 6.1: CCTV Systems, Door Entry/Access Control, Intruder Alarms       
      Lot No: 6.1       
      II.2.2) Additional CPV codes:
      79710000 - Security services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Sub-Lot 6.1is for consultancy around CCTV Systems, Door Entry/Access Control, Intruder Alarms
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 9,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 24
      
      II.2.1) Title: Sub-Lot 6.2: Electrical Works       
      Lot No: 6.2       
      II.2.2) Additional CPV codes:
      71314100 - Electrical services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Sub-Lot 6.2 is for consultancy around electrical works
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 9,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Successful Bidders must become Members of the Northern Housing Consortium, renewable on an annual basis. Current fee is 556.00 GBP (+VAT) per annum.
Other suitability criteria is set out in the Selection Criteria and Specification which can be obtained from theaddress in section 1.    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions       
      As stated in the Specification and procurement documents.          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement:
Not Provided           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 31/01/2023 Time: 17:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 31/01/2023
         Time: 17:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The Contracting Authority considers that this contract may be suitable for economic operators that are Small orMedium Enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out forthe procurement.
The framework will be available for all current and future Consortium Members, further information on who canaccess the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/
Member Organisations may choose to award Call-Off contracts under one or a combination of lot(s) and/or sub-lots to meet their requirements.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Residential-property-services./EC5PR3M758

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/EC5PR3M758
   VI.4) Procedures for review
   VI.4.1) Review body:
             Northern Housing Consortium Ltd
       Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
       Tel. +44 15661000, Email: tenders@consortiumprocurement.org.uk
   VI.4.2) Body responsible for mediation procedures:
             Northern Housing Consortium Ltd
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000, Email: tenders@consortiumprocurement.org.uk
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The Consortium (Contracting Authority) will incorporate a minimum 10 calendar day standstill periodfollowing confirmation on the award of the framework to Bidders. The Public Contracts Regulations 2015 (theRegulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rulesto take action in the High Court (England, Wales and Northern Ireland). As stated within the Regulations, anysuch action must be started within 30 days beginning with the date when the aggrieved party first knew or oughtto have known that grounds for starting the proceedings had arisen.
The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 14/12/2022

Annex A


View any Notice Addenda

View Award Notice

UK-Sunderland: Residential property services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Northern Housing Consortium Ltd
       Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
       Tel. +44 1915661000, Email: tenders@consortiumprocurement.org.uk
       Contact: Drew Frame
       Main Address: www.northern-consortium.org.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Property Security and Electrical Works            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         70331000 - Residential property services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Provision of property safety and security products and services, including: Manufacture/Supply and Install of Protection, Security and Safety Products, design, supply, installation and maintenance of CCTV systems, intruder alarms systems, door entry/access control systems, lightning protection systems, manned security services, mobile patrols, waking watch services, void security and protection, void clearance and general cleaning, void specialist cleaning, PAT testing, fixed electrical testing, electrical condition surveys and inspection reports, electrical remedial work and consultancy services. The framework will be available for all current and future Member Organisations of the Consortium, further information on who can access the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                                                                                                                                
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 230,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:LOT 1: Product Catalogue: Manufacture/Supply and Install of Protection, Security and Safety Products   
      Lot No:Lot 1

      II.2.2) Additional CPV code(s):
            35120000 - Surveillance and security systems and devices.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: LOT 1 is available for Member Organisations to purchase a range of property safety and security relatedproducts. It is also available to purchase products with installation services where available

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Lot 1, Bidders must achieve a minimum score of 6 marks as per evaluation criterion in ITT. If any bidder achieves less than 6, their bid will not be evaluated further and they will have failed the quality requirements. All successful Bidders will be appointed to the Framework Agreement

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Sub-Lot 2.1: Design/Supply/Install/Maintain CCTV and ANPR Systems   
      Lot No:2.1

      II.2.2) Additional CPV code(s):
            45312000 - Alarm system and antenna installation work.
            45312200 - Burglar-alarm system installation work.
            35125300 - Security cameras.
            50610000 - Repair and maintenance services of security equipment.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Lot 2.1 covers the Design/Supply/Install/Maintain CCTV and ANPR Systems

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Sub-Lot 2.2: Design/Supply/Install/Maintain Door Entry and Access Control Systems   
      Lot No:2.2

      II.2.2) Additional CPV code(s):
            45312100 - Fire-alarm system installation work.
            45312200 - Burglar-alarm system installation work.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Lot 2.2 is for Design/Supply/Install/Maintain Door Entry and Access Control Systems

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Sub-Lot 2.3: Design/Supply/Install/Maintain Intruder Alarm Systems   
      Lot No:2.3

      II.2.2) Additional CPV code(s):
            45312000 - Alarm system and antenna installation work.
            45312100 - Fire-alarm system installation work.
            50610000 - Repair and maintenance services of security equipment.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Lot 2.3 is for Design/Supply/Install/Maintain Intruder Alarm Systems

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Sub-Lot 2.4: CCTV Remote Monitoring   
      Lot No:2.4

      II.2.2) Additional CPV code(s):
            79711000 - Alarm-monitoring services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Sub-Lot 2.4 is for CCTV Remote Monitoring

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 6)
   

      II.2.1) Title:Sub-Lot 2.5: Intruder and Fire Alarm Remote Monitoring   
      Lot No:2.5

      II.2.2) Additional CPV code(s):
            79711000 - Alarm-monitoring services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Lot 2.5 is for Intruder and Fire Alarm Remote Monitoring

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 7)
   

      II.2.1) Title:Sub-Lot 2.6: Design/Supply/Install/Maintain/Remote Monitoring of CCTV Systems   
      Lot No:2.6

      II.2.2) Additional CPV code(s):
            79711000 - Alarm-monitoring services.
            45312100 - Fire-alarm system installation work.
            45312200 - Burglar-alarm system installation work.
            35125300 - Security cameras.
            50610000 - Repair and maintenance services of security equipment.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Sub-Lot 2.6 is for the Design/Supply/Install/Maintain/Remote Monitoring of CCTV Systems

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 8)
   

      II.2.1) Title:Sub-Lot 2.7: Design/Supply/Install/Maintain/Remote Monitoring of Intruder Alarm Systems   
      Lot No:2.7

      II.2.2) Additional CPV code(s):
            79711000 - Alarm-monitoring services.
            45312000 - Alarm system and antenna installation work.
            45312100 - Fire-alarm system installation work.
            45312200 - Burglar-alarm system installation work.
            50610000 - Repair and maintenance services of security equipment.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Sub-Lot 2.7is for the Design/Supply/Install/Maintain/Remote Monitoring of Intruder Alarm Systems

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 9)
   

      II.2.1) Title:Sub-Lot 2.8: CCTV Systems, Door Entry/Access Control, Intruder Alarms Fully Managed Service   
      Lot No:2.8

      II.2.2) Additional CPV code(s):
            79711000 - Alarm-monitoring services.
            45312100 - Fire-alarm system installation work.
            45312200 - Burglar-alarm system installation work.
            35120000 - Surveillance and security systems and devices.
            35125300 - Security cameras.
            50610000 - Repair and maintenance services of security equipment.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Sub-Lot 2.8 is for CCTV Systems, Door Entry/Access Control, Intruder Alarms Fully Managed Service

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 10)
   

      II.2.1) Title:Sub-Lot 3.1: Manned Security Services   
      Lot No:3.1

      II.2.2) Additional CPV code(s):
            79710000 - Security services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Sub-Lot 3.1 is for Manned Security Services

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 11)
   

      II.2.1) Title:Sub-Lot 3.2: Mobile Patrol Services   
      Lot No:3.2

      II.2.2) Additional CPV code(s):
            79715000 - Patrol services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Sub-Lot 3.2 is for Mobile Patrol Services

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 12)
   

      II.2.1) Title:Sub-Lot 3.3: Waking Watch Services   
      Lot No:3.3

      II.2.2) Additional CPV code(s):
            79710000 - Security services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Sub-Lot 3.3is for Waking Watch Services of properties and sites

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 13)
   

      II.2.1) Title:Sub-Lot 3.4: Property and Site Safety and Security Fully Managed Service   
      Lot No:3.4

      II.2.2) Additional CPV code(s):
            79710000 - Security services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: 3.4 is for Property and Site Safety and Security Fully Managed Service

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 14)
   

      II.2.1) Title:Sub-Lot 4.1: Void Security and Protection   
      Lot No:4.1

      II.2.2) Additional CPV code(s):
            79710000 - Security services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: ub-Lot 4.1 is for Void Security and Protection

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 15)
   

      II.2.1) Title:Sub-Lot 4.2: Void Clearance and General Cleaning   
      Lot No:4.2

      II.2.2) Additional CPV code(s):
            90910000 - Cleaning services.
            90911000 - Accommodation, building and window cleaning services.
            90911100 - Accommodation cleaning services.
            90911200 - Building-cleaning services.
            90911300 - Window-cleaning services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Sub-Lot 4.2 is Void Clearance and General Cleaning

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 16)
   

      II.2.1) Title:Sub-Lot 4.3: Void Specialised Cleaning   
      Lot No:4.3

      II.2.2) Additional CPV code(s):
            90910000 - Cleaning services.
            90911000 - Accommodation, building and window cleaning services.
            90911100 - Accommodation cleaning services.
            90911200 - Building-cleaning services.
            90911300 - Window-cleaning services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Sub-Lot 4.3 is Void Specialised Cleaning

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 17)
   

      II.2.1) Title:Sub-Lot 4.4: Void Property Management Fully Managed Service   
      Lot No:4.4

      II.2.2) Additional CPV code(s):
            79710000 - Security services.
            90910000 - Cleaning services.
            90911000 - Accommodation, building and window cleaning services.
            90911100 - Accommodation cleaning services.
            90911200 - Building-cleaning services.
            90911300 - Window-cleaning services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Sub-Lot 4.4 is for Void Property Management Fully Managed Service

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 18)
   

      II.2.1) Title:Sub-Lot 5.1: PAT Testing   
      Lot No:5.1

      II.2.2) Additional CPV code(s):
            39710000 - Electrical domestic appliances.
            71314100 - Electrical services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Sub-Lot 5.1 is for PAT Testing

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 19)
   

      II.2.1) Title:Sub-Lot 5.2: Fixed Electrical Testing   
      Lot No:5.2

      II.2.2) Additional CPV code(s):
            71314100 - Electrical services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Sub-Lot 5.2 is for Fixed Electrical Testing

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 20)
   

      II.2.1) Title:Sub-Lot 5.3: Electrical Condition Surveys And Inspection Reports   
      Lot No:5.3

      II.2.2) Additional CPV code(s):
            71314100 - Electrical services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Sub-Lot 5.3 is for Electrical Condition Surveys And Inspection Reports

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 21)
   

      II.2.1) Title:Sub-Lot 5.4: Remedial Work, Including Rewires   
      Lot No:5.4

      II.2.2) Additional CPV code(s):
            71314100 - Electrical services.
            50532400 - Repair and maintenance services of electrical distribution equipment.
            50710000 - Repair and maintenance services of electrical and mechanical building installations.
            50711000 - Repair and maintenance services of electrical building installations.
            51100000 - Installation services of electrical and mechanical equipment.
            51110000 - Installation services of electrical equipment.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Sub-Lot 5.4 is for electrical remedial work, including rewires

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 22)
   

      II.2.1) Title:Sub-Lot 5.5: Electrical Works Fully Managed Service   
      Lot No:5.5

      II.2.2) Additional CPV code(s):
            71314100 - Electrical services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Sub-Lot 5.5: Electrical Works Fully Managed Service

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 23)
   

      II.2.1) Title:Sub-Lot 6.1: CCTV Systems, Door Entry/Access Control, Intruder Alarms   
      Lot No:6.1

      II.2.2) Additional CPV code(s):
            79710000 - Security services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Sub-Lot 6.1is for consultancy around CCTV Systems, Door Entry/Access Control, Intruder Alarms

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 24)
   

      II.2.1) Title:Sub-Lot 6.2: Electrical Works   
      Lot No:6.2

      II.2.2) Additional CPV code(s):
            71314100 - Electrical services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Sub-Lot 6.2 is for consultancy around electrical works

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2022/S 000-035321
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Lot 1    
   Lot Number: Not Provided    
   Title: Product Catalogue: Manufacture/Supply and Install of Protection, Security and Safety Products

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Chubb Fire and Security Limited, 00524469
             Littleton Road, Ashford, TW15 1TZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             F Bamford (Engineering) Ltd, 01820820
             Ajax Works, Whitehill, Stockport, SK4 1NT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Secureshield Ltd, 11922806
             35 Ballards Lane, London, N3 1XW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 9,500,000          
         Total value of the contract/lot: 9,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Lot 2.1    
   Lot Number: Not Provided    
   Title: Sub-Lot 2.1: Design/Supply/Install/Maintain CCTV and ANPR Systems

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: 6 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 10

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Baydale Control Systems Limited, 03885564
             Edmund Palmer House, Morton Park Way, Darlington, DL1 4XZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Chubb Fire and Security Ltd, 00524469
             Littleton Road, Ashford, TW15 1TZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Amulet (Churchill Security Solutions) Ltd, 07317266
             First Floor, Cedar House, Parkland Square, Luton, LU1 3LU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             CCSS Fire and Security Limited, 03543850
             4 Swanbridge Industrial Park, Black Croft Road, Witham, CM8 3YN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Openview Group Limited, 05114513
             Openview House, Chesham Close, Romford, RM7 7PJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             Profile Security Services Limited, 02371997
             Stable Yard, Walk House Farm, Barrow Upon Humber, DN19 7DZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.7)
             Secureshield Ltd, 11922806
             35 Ballards Lane, London, N3 1XW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 9,500,000          
         Total value of the contract/lot: 9,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: Lot 2.2    
   Lot Number: Not Provided    
   Title: Design/Supply/Install/Maintain Door Entry and Access Control Systems

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Baydale Control Systems Limited, 03885564
             Edmund Palmer House, Morton Park way, Darlington, DL1 4XZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Chubb Fire and Security Limited, 00524469
             Littleton Road, Ashford, TW15 1TZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Amulet (Churchill Security Solutions) Ltd, 07317266
             First Floor, Cedar House, Parkland Square, Luton, LU1 3LU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             CCSS Fire and Security Ltd, 03543850
             4 Swanbridge Industrial Park, Black Croft Road, Witham, CM8 3YN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Openview Group Limited, 05114513
             Openview House, Chesham Close, Romford, RM7 7PJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             Profile Security Services Limited, 02371997
             Stable Yard, Walk House Farm, Barrow Upon Humber, DN19 7DZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.7)
             Secureshield Ltd, 11922806
             35 Ballards Lane, London, N3 1XW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 9,500,000          
         Total value of the contract/lot: 9,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.4)

   Contract No: 2.3    
   Lot Number: 2    
   Title: Sub-Lot 2.3: Design/Supply/Install/Maintain Intruder Alarm Systems

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Baydale Control Systems Limited, 03885564
             Edmund Palmer House, Morton Park Way, Darlington, DL1 4XZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Chubb Fire and Security Limited, 00524469
             Littleton Road, Ashford, TW15 1TZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Amulet (Churchill Security Solutions) Ltd, 07317266
             First Floor, Cedar House, Parkland Square, Luton, LU1 3LU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Openview Group Limited, 05114513
             Openview House, Chesham Close, Romford, RM7 7PJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Profile Security Services Limited, 2371997
             Stable Yard, Walk House Farm, Barrow Upon Humber, DN19 7DZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 9,500,000          
         Total value of the contract/lot: 9,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.5)

   Contract No: Lot 2.4    
   Lot Number: 2    
   Title: Sub-Lot 2.4: CCTV Remote Monitoring

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Chubb Fire and Security Limited, 00524469
             Littleton Road, Ashford, TW15 1TZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Amulet (Churchill Security Solutions) Ltd, 07317266
             First Floor, Cedar House, Parkland Square, Luton, LU1 3LU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Orbis Protect Limited, 02476859
             Beaufort House, Cricket Field Road, Uxbridge, UB8 1QG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Openview Group Limited, 05114513
             Openview House, Chesham Close, Romford, RM7 7PJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Profile Security Services Limited, 2371997
             Stable Yard, Walk House Farm, Barrow Upon Humber, DN19 7DZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 950,000          
         Total value of the contract/lot: 950,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.6)

   Contract No: Lot 2.5    
   Lot Number: 2    
   Title: Sub-Lot 2.5: Intruder and Fire Alarm Remote Monitoring

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Chubb Fire and Security Limited, 00524469
             Littleton Road, Ashford, TW15 1TZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Amulet (Churchill Security Solutions) Ltd, 07317266
             First Floor, Cedar House, Parkland Square, Luton, LU1 3LU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Openview Group Limited, 05114513
             Openview House, Chesham Close, Romford, RM7 7PJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Profile Security Services Limited, 02371997
             Stable Yard, Walk House Farm, Barrow Upon Humber, DN19 7DZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 9,500,000          
         Total value of the contract/lot: 9,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.7)

   Contract No: Lot 2.6    
   Lot Number: 2    
   Title: Sub-Lot 2.6: Design/Supply/Install/Maintain/Remote Monitoring of CCTV Systems

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Chubb Fire and Security Limited, 00524469
             Littleton Road, Ashford, TW15 1TZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Amulet (Churchill Security Solutions) Ltd, 07317266
             First Floor, Cedar House, Parkland Square, Luton, LU1 3LU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Openview Group Limited, 05114513
             Openview House, Chesham Close, Romford, RM7 7PJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Profile Security Services Limited, 02371997
             Stable Yard, Walk House Farm, Barrow Upon Humber, DN19 7DZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 9,500,000          
         Total value of the contract/lot: 9,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.8)

   Contract No: Lot 2.7    
   Lot Number: 2    
   Title: Sub-Lot 2.7: Design/Supply/Install/Maintain/Remote Monitoring of Intruder Alarm Systems

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Chubb Fire and Security Limited, 00524469
             Littleton Road, Ashford, TW15 1TZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Amulet (Churchill Security Solutions) Ltd, 07317266
             First Floor, Cedar House, Parkland Square, Luton, LU1 3LU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Openview Group Limited, 05114513
             Openview House, Chesham Close, Romford, RM7 7PJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Profile Security Services Limited, 2371997
             Stable Yard, Walk House Farm, Barrow Upon Humber, DN19 7DZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 9,500,000          
         Total value of the contract/lot: 9,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.9)

   Contract No: Lot 2.8    
   Lot Number: 2    
   Title: Sub-Lot 2.8: CCTV Systems, Door Entry/Access Control, Intruder Alarms Fully Managed Service

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Chubb Fire and Security Limited, 00524469
             Littleton Road, Ashford, TW15 1TZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Amulet (Churchill Security Solutions) Ltd, 07317266
             First Floor, Cedar House, Parkland Square, Luton, LU1 3LU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Openview Group Limited, 05114513
             Openview House, Chesham Close, Romford, RM7 7PJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Profile Security Services Limited, 02371997
             Stable Yard, Walk House Farm, Barrow Upon Humber, DN19 7DZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 9,500,000          
         Total value of the contract/lot: 9,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.10)

   Contract No: Lot 3.1    
   Lot Number: 3    
   Title: Sub-Lot 3.1: Manned Security Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: 6 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 10

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Chase Services Group Limited, 08987610
             250A High Road, Ilford, IG1 1YS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Amulet (Churchill Security Solutions) Ltd, 07317266
             First Floor, Cedar House, Parkland Square, Luton, LU1 3LU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Crown Security Solutions Limited, 06804783
             RT MARKE & CO, 69 High Street, Bideford, EX39 2AT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             247 Alliance Ltd, 09570783
             Fairlee House, 262A Moseley Road, Birmingham, B12 0BX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Orbis Protect Limited, 02476859
             Beaufort House, Cricket Field Road, Uxbridge, UB8 1QG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             Prime Secure Systems Ltd, SC449831
             15 Alban Park, Hatfield Road, St Albans, AL4 0JJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Profile Security Services Limited, 02371997
             Stable Yard, Walk House Farm, Barrow Upon Humber, DN19 7DZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.8)
             Servo Group Ltd, 12660231
             Deanhurst Park, Gelderd Road, Leeds, LS27 7LG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.9)
             SSG Support Services Group LTD, 09675743
             Unit 5, Stanton Gate, 49 Mawney Road, Romford, RM7 7HL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.10)
             VPS (UK) Ltd, 04028962
             Broadgate House, Broadway Business Park, Chadderton, Oldham, OL9 9XA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 9,500,000          
         Total value of the contract/lot: 9,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.11)

   Contract No: Lot 3.2    
   Lot Number: 3    
   Title: Sub-Lot 3.2: Mobile Patrol Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 9
         Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 9

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             247 Alliance Ltd, 09570783
             Fairlee House, 262A Moseley Road, Birmingham, B12 0BX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Chase Services Group Ltd, 08987610
             250A High Road, Ilford, IG1 1YS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Amulet (Churchill Security Solutions) Ltd, 07317266
             First Floor, Cedar House, Parkland Square, Luton, LU1 3LU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Crown Security Solutions Limited, 08423599
             RT MARKE & CO, 69 High Street, Bideford, EX39 2AT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Orbis Protect Limited, 02476859
             Beaufort House, Cricket Field Road, Uxbridge, UB8 1QG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             Prime Secure Systems Ltd, SC449831
             15 Alban Park, Hatfield Road, St Albans, AL4 0JJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Profile Security Services Limited, 02371997
             Stable Yard, Walk House Farm, Barrow Upon Humber, DN19 7DZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.8)
             SSG Support Services Group LTD, 09675743
             Unit 5, Stanton Gate, 49 Mawney Road, Romford, RM7 7HL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.9)
             VPS (UK) Ltd, 04028962
             Broadgate House, Broadway Business Park, Chadderton, Oldham, OL9 9XA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 9,500,000          
         Total value of the contract/lot: 9,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.12)

   Contract No: Lot 3.3    
   Lot Number: 3    
   Title: Waking Watch Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             247 Alliance Ltd, 09570783
             Fairlee House, 262A Moseley Road, Birmingham, B12 0BX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Chase Services Group Ltd, 08987610
             250A High Road, Ilford, IG1 1YS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Amulet (Churchill Security Solutions) Ltd, 07317266
             First Floor, Cedar House, Parkland Square, Luton, LU1 3LU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Crown Security Solutions Limited, 08423599
             RT MARKE & CO, 69 High Street, Bideford, EX39 2AT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Orbis Protect Limited, 02476859
             Beaufort House, Cricket Field Road, Uxbridge, UB8 1QG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             Prime Secure Systems Ltd, SC449831
             15 Alban Park, Hatfield Road, St Albans, AL4 0JJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Profile Security Services Limited, 02371997
             Stable Yard, Walk House Farm, Barrow Upon Humber, DN19 7DZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 9,500,000          
         Total value of the contract/lot: 9,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.13)

   Contract No: Lot 3.4    
   Lot Number: 3    
   Title: Property and Site Safety and Security Fully Managed

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             247 Alliance Ltd, 09570783
             Fairlee House, 262A Moseley Road, Birmingham, B12 0BX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Amulet (Churchill Security Solutions) Ltd, 07317266
             First Floor, Cedar House, Parkland Square, Luton, LU1 3LU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Crown Security Solutions Limited, 08423599
             RT MARKE & CO, 69 High Street, Bideford, EX39 2AT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Orbis Protect Limited, 02476859
             Beaufort House, Cricket Field Road, Uxbridge, UB8 1QG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Prime Secure Systems Ltd, SC449831
             15 Alban Park, Hatfield Road, St Albans, AL4 0JJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Profile Security Services Limited, 02371997
             Stable Yard, Walk House Farm, Barrow Upon Humber, DN19 7DZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 9,500,000          
         Total value of the contract/lot: 9,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.14)

   Contract No: Lot 4.1    
   Lot Number: 4    
   Title: Void Security and Protection

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Amulet (Churchill Security Solutions) Ltd, 07317266
             First Floor, Cedar House, Parkland Square, Luton, LU1 3LU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Orbis Protect Limited, 02476859
             Beaufort House, Cricket Field Road, Uxbridge, UB8 1QG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Profile Security Services Limited, 02371997
             Stable Yard, Walk House Farm, Barrow Upon Humber, DN19 7DZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             VPS (UK) Ltd, 04028962
             Broadgate House, Broadway Business Park, Chadderton, Oldham, OL9 9XA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 9,500,000          
         Total value of the contract/lot: 9,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.15)

   Contract No: Lot 4.2    
   Lot Number: 4    
   Title: Sub-Lot 4.2: Void Clearance and General Cleaning

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Orbis Protect Limited, 02476859
             Beaufort House, Cricket Field Road, Uxbridge, UB8 1QG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Profile Security Services Limited, 02371997
             Stable Yard, Walk House Farm, Barrow Upon Humber, DN19 7DZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             VPS (UK) Ltd, 04028962
             Broadgate House, Broadway Business Park, Chadderton, Oldham, OL9 9XA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 9,500,000          
         Total value of the contract/lot: 9,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.16)

   Contract No: Lot 4.3    
   Lot Number: 4    
   Title: Sub-Lot 4.3: Void Specialised Cleaning

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Orbis Protect Limited, 02476859
             Beaufort House, Cricket Field Road, Uxbridge, UB8 1QG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Profile Security Services Limited, 02371997
             Stable Yard, Walk House Farm, Barrow Upon Humber, DN19 7DZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             VPS (UK) Ltd, 04028962
             Broadgate House, Broadway Business Park, Chadderton, Oldham, OL9 9XA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 9,500,000          
         Total value of the contract/lot: 9,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.17)

   Contract No: Lot 4.4    
   Lot Number: 4    
   Title: Sub-Lot 4.4: Void Property Management Fully Managed Service

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Orbis Protect Limited, 02476859
             Beaufort House, Cricket Field Road, Uxbridge, UB8 1QG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Profile Security Services Limited, 02371997
             Stable Yard, Walk House Farm, Barrow Upon Humber, DN19 7DZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             VPS (UK) Ltd, 04028962
             Broadgate House, Broadway Business Park, Chadderton, Oldham, OL9 9XA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 9,500,000          
         Total value of the contract/lot: 9,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.18)

   Contract No: Lot 5.1    
   Lot Number: 5    
   Title: Sub-Lot 5.1: PAT Testing

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 1

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Amulet (Churchill Security Solutions) Ltd, 07317266
             First Floor, Cedar House, Parkland Square, Luton, LU1 3LU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 9,500,000          
         Total value of the contract/lot: 9,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.19)

   Contract No: Lot 5.2    
   Lot Number: 5    
   Title: Sub-Lot 5.2: Fixed Electrical Testing

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             McIntyre Compliance Services Ltd, 05879674
             Waterworks Lane, Glinton, Peterborough, PE6 7LP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Lantei Ltd, 07335003
             Unit 718, Eddington Way, Birchwood Park, Warrington, WA3 6BA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 950,000          
         Total value of the contract/lot: 950,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.20)

   Contract No: Lot 5.3    
   Lot Number: 5    
   Title: Sub-Lot 5.3: Electrical Condition Surveys And Inspection Reports

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 1

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             McIntyre Compliance Services Ltd, 05879674
             Waterworks Lane, Glinton, Peterborough, PE6 7LP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 9,500,000          
         Total value of the contract/lot: 9,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.21)

   Contract No: Lot 5.4    
   Lot Number: 5    
   Title: Sub-Lot 5.4: Remedial Work, Including Rewires

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 1

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             McIntyre Compliance Services Ltd, 05879674
             Waterworks lane, Glinton, Peterborough, PE6 7LP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 9,500,000          
         Total value of the contract/lot: 9,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.22)

   Contract No: Lot 5.5    
   Lot Number: 5    
   Title: Sub-Lot 5.5: Electrical Works Fully Managed Service

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      


Award Of Contract (No.23)

   Contract No: Lot 6.1    
   Lot Number: 6    
   Title: Sub-Lot 6.1: CCTV Systems, Door Entry/Access Control, Intruder Alarms

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 04/07/2023

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Amulet (Churchill Security Solutions) Ltd, 07317266
             First Floor, Cedar House, Parkland Square, Luton, LU1 3LU, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             RJH Technical Consultancy Ltd, 07813331
             26 The Paddocks, Coleford, GL16 7PX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             SGW Safety & Security Limited, 07650324
             Edwinstowe House, High Street, Edwinstowe, Mansfield, NG21 9PR, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 9,500,000          
         Total value of the contract/lot: 9,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.24)

   Contract No: Lot 6.2    
   Lot Number: 6    
   Title: Sub-Lot 6.2: Electrical Works

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
         No tenders or requests to participate were received or all were rejected      

Section VI: Complementary information

   VI.3) Additional information: The Contracting Authority considers that this contract may be suitable for economic operators that are Small orMedium Enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out forthe procurement. The framework will be available for all current and future Consortium Members, further information on who canaccess the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/ Member Organisations may choose to award Call-Off contracts under one or a combination of lot(s) and/or sub-lots to meet their requirements.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=795386166

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium Ltd
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 15661000, Email: tenders@consortiumprocurement.org.uk

      VI.4.2) Body responsible for mediation procedures
          Northern Housing Consortium Ltd
          Hope Street Xchange, 1-3 Hind Street, Sunderland, SR1 3QD, United Kingdom
          Tel. +44 1915661000, Email: tenders@consortiumprocurement.org.uk

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Consortium (Contracting Authority) will incorporate a minimum 10 calendar day standstill periodfollowing confirmation on the award of the framework to Bidders. The Public Contracts Regulations 2015 (theRegulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rulesto take action in the High Court (England, Wales and Northern Ireland). As stated within the Regulations, anysuch action must be started within 30 days beginning with the date when the aggrieved party first knew or oughtto have known that grounds for starting the proceedings had arisen. The Court may extend the time limit for starting proceedings where the Court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 19/07/2023