Opportunity

NHS SBS SECURITY SERVICES, CCTV, AND VSS FRAMEWORK (SBS10502)

  • NHS Shared Business Services Limited

F02: Contract notice

Notice reference: 2024/S 000-002546

Published 25 January 2024, 10:41am



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

Email

nsbs.categorymanagementsourcing@nhs.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Companies House

05280446

Internet address(es)

Main address

https://www.sbs.nhs.uk/

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

Email

nsbs.categorymanagementsourcing@nhs.net

Country

United Kingdom

Internet address

https://www.sbs.nhs.uk/