Security Services – Physical, Technical and Support Services

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

Source
Find a Tender
Type
Framework (Services)
Duration
3.5 year (est.)
Value
£3B
Sector
DEFENCE
Published
01 Dec 2022
Delivery
To 01 Jun 2026 (est.)
Deadline
n/a

Concepts

Location

Liverpool

Geochart for 2 buyers and 1 suppliers

Description

Crown Commercial Service (CCS) has 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. This commercial agreement is the recommended vehicle for all Security services required by UK Central Government Departments and the Geographical delivery of services is International and UK wide. The Framework Agreement has 4 lots: Lot 1: Total Security Lot 2: Guarding Services Lot 3: Physical & Technical Services Lot 4: Additional Services The Framework Agreement will run for forty-two (42) months.

Lot Division

1 Total Security Services

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

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

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

(nature and quantity of works, supplies or services or indication of needs and requirements): 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 Detail

1 See Contracts Finder Notice for Full Supplier List (None)
  • Num offers: 54
  • Value: £3,000,000,000

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

  • Award on basis of price.

Other Information

The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement. As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/Basic/504f4fae-9952-4052-8b01-... 1) Redacted Commercial Agreement 2) List of Successful Suppliers 3) Approved Customer list 4) Transparency Agenda On 02/04/2014, Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders were required to 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 were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

Reference

Domains