Security Services – Physical, Technical and Support Services

A Tender Notice
by THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

Source
Find a Tender
Type
Framework (Services)
Duration
3.5 year
Value
£3B
Sector
DEFENCE
Published
24 May 2022
Delivery
To 01 Jun 2026 (est.)
Deadline
22 Jun 2022 15:00

Concepts

Location

Liverpool

Geochart for 2 buyers and 0 suppliers

Description

Crown Commercial Service (CCS) intends to put in place an agreement for the provision of Security Services to be utilised by Central Government Departments and all other UK Public sector bodies, including local authorities, health, police, fire and rescue, education and devolved administrations. It is intended that this commercial agreement will be the recommended vehicle for all Security services required by UK Central Government Departments and the Geographical delivery of services will be International and UK wide. The Framework Agreement will have 4 lots Lot 1: Total Security Lot 2: Guarding Services Lot 3: Physical & Technical Services Lot 4: Additional Services The Framework Agreement will be established for forty-two (42) months.

Lot Division

1 Total Security
  • Value: £2B

Total Security Services, including Guarding, installation and maintenance of Technical and Physical security systems and products, Consultancy Services, Security Risk Assessment and Security Awareness/Training' Lot 1 is for Total Security with a contract value of £1,500,000,000 For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.

2 Guarding Services
  • Value: £800M

Lot 2 is for Guarding Services with a contract value of £800,000,000 For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.

3 Physical & Technical Services
  • Value: £670M

Lot 3 is the design, supply, installation, commission, and maintenance of Physical & Technical Security Systems/Products with a contract value of £670,000,000 For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.

4 Additional Services
  • Value: £30M

Lot 4 is for Additional Services including Consultancy Services, Security Risk Assessment and Security Awareness/training, with a contract value of £30,000,000 For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.

Award Criteria

Quality 60.0
PRICE 40.0

CPV Codes

  • 79710000 - Security services
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 31100000 - Electric motors, generators and transformers
  • 31200000 - Electricity distribution and control apparatus
  • 31300000 - Insulated wire and cable
  • 31400000 - Accumulators, primary cells and primary batteries
  • 31500000 - Lighting equipment and electric lamps
  • 31600000 - Electrical equipment and apparatus
  • 31700000 - Electronic, electromechanical and electrotechnical supplies
  • 32234000 - Closed-circuit television cameras
  • 32300000 - Television and radio receivers, and sound or video recording or reproducing apparatus
  • 32500000 - Telecommunications equipment and supplies
  • 34928100 - Crash barriers
  • 34928110 - Road barriers
  • 34928120 - Barrier components
  • 34928200 - Fences
  • 34928220 - Fencing components
  • 34928300 - Safety barriers
  • 34928310 - Safety fencing
  • 34928320 - Guardrails
  • 34928450 - Bollards
  • 34928500 - Street-lighting equipment
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35100000 - Emergency and security equipment
  • 35113300 - Safety installations
  • 35120000 - Surveillance and security systems and devices
  • 35121000 - Security equipment
  • 35121100 - Buzzers
  • 35121300 - Security fittings
  • 35121400 - Security bags
  • 35121500 - Seals
  • 35121600 - Tags
  • 35121700 - Alarm systems
  • 35121800 - Convex security mirrors
  • 35121900 - Radar detectors
  • 35123400 - Identification badges
  • 35123500 - Video identification systems
  • 35124000 - Metal detectors
  • 35125000 - Surveillance system
  • 35125100 - Sensors
  • 35125110 - Biometric sensors
  • 35125200 - Time control system or working time recorder
  • 35125300 - Security cameras
  • 35613000 - Unmanned aerial vehicles
  • 35710000 - Command, control, communication and computer systems
  • 35720000 - Intelligence, surveillance, target acquisition and reconnaissance
  • 38581000 - Baggage-scanning equipment
  • 38582000 - X-ray inspection equipment
  • 39162000 - Educational equipment
  • 39162200 - Training aids and devices
  • 44212329 - Security screens
  • 44521120 - Electronic security lock
  • 44521130 - Enhanced security lock
  • 45222300 - Engineering work for security installations
  • 48300000 - Document creation, drawing, imaging, scheduling and productivity software package
  • 48500000 - Communication and multimedia software package
  • 48600000 - Database and operating software package
  • 48800000 - Information systems and servers
  • 48900000 - Miscellaneous software package and computer systems
  • 48930000 - Training and entertainment software package
  • 50000000 - Repair and maintenance services
  • 50600000 - Repair and maintenance services of security and defence materials
  • 50610000 - Repair and maintenance services of security equipment
  • 50700000 - Repair and maintenance services of building installations
  • 50800000 - Miscellaneous repair and maintenance services
  • 51000000 - Installation services (except software)
  • 51100000 - Installation services of electrical and mechanical equipment
  • 51300000 - Installation services of communications equipment
  • 51500000 - Installation services of machinery and equipment
  • 51600000 - Installation services of computers and office equipment
  • 51700000 - Installation services of fire protection equipment
  • 51900000 - Installation services of guidance and control systems
  • 71317100 - Fire and explosion protection and control consultancy services
  • 72212730 - Security software development services
  • 73431000 - Test and evaluation of security equipment
  • 75222000 - Civil defence services
  • 75231220 - Prisoner-escort services
  • 75241000 - Public security services
  • 75242000 - Public law and order services
  • 79417000 - Safety consultancy services
  • 79711000 - Alarm-monitoring services
  • 79713000 - Guard services
  • 79714000 - Surveillance services
  • 79715000 - Patrol services
  • 79716000 - Identification badge release services
  • 80510000 - Specialist training services
  • 80550000 - Safety training services
  • 80600000 - Training services in defence and security materials
  • 80610000 - Training and simulation in security equipment
  • 90711100 - Risk or hazard assessment other than for construction

Indicators

  • An E-Auction may be used.
  • Bids should cover one or more lots.
  • Bids should cover the whole contract.
  • Renewals are not available.
  • Performance considerations apply.
  • Professional qualifications are sought.
  • Award on basis of price.

Other Information

II.2.7 - is the maximum duration of the Framework Agreement. The Framework Agreement will be established for 42 months. There will be no maximum number of Suppliers, Suppliers who achieve the minimum quality score for the Quality evaluation and achieve or exceed an overall final score of 35 will be awarded a place on the Framework. An electronic auction will not be used for this Framework Contract; however Buyers may require an electronic auction for Lot 3 for a Call Off Contract As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/ce77a081-e8bd-4896-b1d7-efdf85... 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced the Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222. PLEASE NOTE: All certificates issued prior to 1 April 2020 or before 30 June 2020 on the existing scheme are valid until 30 June 2021. This includes those issued by Accreditation Bodies other than IASME. On 30 June 2021, any certificate issued under the old scheme will expire. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.

Reference

Domains