- Scope of the procurement
- Lot 1. Guarding Services
- Lot 2. Security Design and Assessment
- Lot 3. Supply, Installation, and Maintenance of CCTV and VSS
- Lot 4. Supply and Monitoring of Lone Working / Staff Call
- Lot 5. Supply, Installation, and Maintenance of Security Alarms, Fire Alarms, and Access Control Systems
Section one: Contracting authority
one.1) Name and addresses
NHS Shared Business Services Limited
Three Cherry Tree Lane, Hemel Hempstead
Hertfordshire
HP2 7AH
Contact
Brendan Griffin-Ryan
nsbs.categorymanagementsourcing@nhs.net
Country
United Kingdom
Region code
UK - United Kingdom
Companies House
05280446
Internet address(es)
Main address
Buyer's address
https://www.sbs.nhs.uk/proc-construction-estates-frameworks
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://discovery.ariba.com/rfx/18581898
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://discovery.ariba.com/rfx/18581898
one.4) Type of the contracting authority
Other type
Public Sector Framework Provider https://www.sbs.nhs.uk/nhs-sbs-about-us
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
NHS SBS SECURITY SERVICES, CCTV, AND VSS FRAMEWORK (SBS10502)
Reference number
SBS10502
two.1.2) Main CPV code
- 79710000 - Security services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Shared Business Services Limited (NHS SBS) act in an Agency capacity for and on behalf of its customers (Approved Organisations) - existing and new. These comprise of NHS and Social Care organisations (whether acting individually, or on behalf of, or together as members of any consortia) along with any other public or private sector bodies which NHS SBS authorises to use the resulting Framework Agreement.
Our Approved Organisation list can be found on:
https://sbs.nhs.uk/proc-framework-agreements-support
NHS Shared Business Services intends to put in place a Framework Agreement for the provision of Security Services, CCTV, and VSS to be used by NHS SBS Approved Organisations. It includes the following specialised Lots:
Lot 1 - Guarding Services
Lot 2 - Security Design and Assessment
Lot 3 - Supply, Installation, and Maintenance of CCTV and VSS
Lot 4 - Supply and Monitoring of Lone Working / Staff Call
Lot 5 - Supply, Installation, and Maintenance of Security Alarms, Fire Alarms, and Access Control Systems
We are committed to working with Suppliers who are dedicated to Sustainability and Social Value and there will be a significant weighting on these elements within the Invitation to Tender.
two.1.5) Estimated total value
Value excluding VAT: £125,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Guarding Services
Lot No
1
two.2.2) Additional CPV code(s)
- 75241000 - Public security services
- 79713000 - Guard services
- 79715000 - Patrol services
- 79993100 - Facilities management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot involves the provision of guarding services which includes manned guarding, patrols, guard dogs, sniffer dogs, bed watch services, escort services, key holding, and monitoring services of CCTV, VSS, and access control. Suppliers are required to provide suitably trained staff to support NHS and other staff when faced with violent or aggressive patients or users of community services. It includes monitoring of car park cash machine alarms and support to cash handlers / licensed cash handling services.
Bidders will deliver all the mandatory requirements as detailed in the Specification schedule of the Framework Agreement.
There are additional Selection Qualification (SQ) and Award Questionnaire (AQ) requirements, and Bidder Declarations which are applicable, and Bidders are asked to respond to these also.
A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 1 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.
For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 55%
Quality criterion - Name: Social Value / Weighting: 15%
Cost criterion - Name: Commercial (Price) / Weighting: 30%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Security Design and Assessment
Lot No
2
two.2.2) Additional CPV code(s)
- 73421000 - Development of security equipment
- 73431000 - Test and evaluation of security equipment
- 79417000 - Safety consultancy services
- 79700000 - Investigation and security services
- 79993100 - Facilities management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot involves the assessment of specific risks for an Approved Organisation and to advise, define, and recommend solutions to minimise risks where required or where appropriate, using highly qualified and experience advisors from the security industry. Suppliers will assist Approved Organisations in reviews, assessments, testing, and recommendations in designing holistic or specific security requirements and improvements.
Bidders will deliver all the mandatory requirements as detailed in the Specification schedule of the Framework Agreement.
There are additional Selection Qualification (SQ) and Award Questionnaire (AQ) requirements, and Bidder Declarations which are applicable, and Bidders are asked to respond to these also.
A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 2 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.
For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 55%
Quality criterion - Name: Social Value / Weighting: 15%
Cost criterion - Name: Commercial (Price) / Weighting: 30%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Supply, Installation, and Maintenance of CCTV and VSS
Lot No
3
two.2.2) Additional CPV code(s)
- 31625300 - Burglar-alarm systems
- 31650000 - Insulating fittings
- 32234000 - Closed-circuit television cameras
- 35121000 - Security equipment
- 35125300 - Security cameras
- 42961000 - Command and control system
- 71700000 - Monitoring and control services
- 79711000 - Alarm-monitoring services
- 79993100 - Facilities management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot involves the provision of technical advice and where required design services. It includes British Standard products and systems to meet an Approved Organisation's requirements offering appropriate installation and maintenance programmes for, but not limited to, security alarms systems, intruder alarms, panic alarm systems, access control systems, radio-frequency identification (RFID) bollards, gates, security bars, barriers, and fencing. The Supplier should be able to offer a preventative / proactive service, in addition to a reactive / emergency service.
Bidders will deliver all the mandatory requirements as detailed in the Specification schedule of the Framework Agreement.
There are additional Selection Qualification (SQ) and Award Questionnaire (AQ) requirements, and Bidder Declarations which are applicable, and Bidders are asked to respond to these also.
A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 3 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.
For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 55%
Quality criterion - Name: Social Value / Weighting: 15%
Cost criterion - Name: Commercial (Price) / Weighting: 30%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Supply and Monitoring of Lone Working / Staff Call
Lot No
4
two.2.2) Additional CPV code(s)
- 35121000 - Security equipment
- 79711000 - Alarm-monitoring services
- 79714000 - Surveillance services
- 79993100 - Facilities management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot provides Approved Organisations with solutions to maximise their ability to provide a safe and effective system of monitoring and supporting lone working staff. It includes the provision of staff call systems.
Bidders will deliver all the mandatory requirements as detailed in the Specification schedule of the Framework Agreement.
There are additional Selection Qualification (SQ) and Award Questionnaire (AQ) requirements, and Bidder Declarations which are applicable, and Bidders are asked to respond to these also.
A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 4 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.
For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 55%
Quality criterion - Name: Social Value / Weighting: 15%
Cost criterion - Name: Commercial (Price) / Weighting: 30%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Supply, Installation, and Maintenance of Security Alarms, Fire Alarms, and Access Control Systems
Lot No
5
two.2.2) Additional CPV code(s)
- 35121000 - Security equipment
- 79711000 - Alarm-monitoring services
- 79714000 - Surveillance services
- 79993100 - Facilities management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot provides Approved Organisations with options to supply and install security alarms, fire alarms, and access control systems, as well as a service for the maintenance of these systems.
Bidders will deliver all the mandatory requirements as detailed in the Specification schedule of the Framework Agreement.
There are additional Selection Qualification (SQ) and Award Questionnaire (AQ) requirements, and Bidder Declarations which are applicable, and Bidders are asked to respond to these also.
A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 5 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.
For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 55%
Quality criterion - Name: Social Value / Weighting: 15%
Cost criterion - Name: Commercial (Price) / Weighting: 30%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.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
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-008009
four.2.2) Time limit for receipt of tenders or requests to participate
Date
8 March 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
8 March 2024
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The value provided is only an estimate. NHS SBS cannot guarantee to successful Suppliers any business through this Framework Agreement. Spend and volumes may vary throughout the life of the Framework Agreement from the anticipated levels given in this notice.
six.4) Procedures for review
six.4.1) Review body
NHS Shared Business Services Limited
Three Cherry Tree Lane
Three Cherry Trees Lane
HP2 7AH
nsbs.categorymanagementsourcing@nhs.net
Country
United Kingdom