Section one: Contracting authority
one.1) Name and addresses
Ministry of Justice
102 Petty France
London
SW1H 9AJ
Contact
Joanne Dutton
Telephone
+44 02033343555
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/ministry-of-justice/about
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Additional information can be obtained from the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Quality Assurance - Physical Security Screening Services
two.1.2) Main CPV code
- 71632000 - Technical testing services
two.1.3) Type of contract
Services
two.1.4) Short description
HMCTS requires independent assurance that security screening is carried out to an acceptable standard and meets mandatory requirements as laid out in security policy and procedures.
two.1.5) Estimated total value
Value excluding VAT: £600,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71632000 - Technical testing services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Ministry of Justice (MOJ) will be publishing a contract notice for a requirement for a Supplier to undertake covert physical security search testing utilising a variety of prohibited items (as agreed with MoJ and HMCTS) at all HM Courts and Tribunals (HMCTS) entrances across the county (approx 355 sites) and selected Head office Buildings.
The Authority requires tests to be carried out at 20 Sites per month at random and unpredictable locations. The Supplier will be required to provide access to a secure reporting system to provide near real-time reporting of the tests and provide monthly performance reports utilising the data captured and recommend improvements to processes.
The Supplier will also be expected to provide recommendations on industry best-practice and emerging processes and techniques.
All staff carrying out penetration testing and working on this contract must be National Security Vetting cleared to a minimum of CTC level, a small number of sites will require SC clearance.
Suppliers will need to be able to evidence experience in providing Covert physical security testing across critical national infrastructure.
Suppliers are requested to respond to a) to c) set out in II.2.14) Additional information. Responses received to a) to d) will help inform MOJ's procurement.
Responses are to be sent to Joanne Dutton at the email address in I.1 Names and addresses.
Following responses to this PIN, the Authority reserves the right not to publish the contract notice and to use a different procurement approach.
two.2.14) Additional information
a) Would your organisation be likely to bid for such a contract if it were to go to a tender process?
b) How long would it take for you to be fully resourced to carry out 20 anonymous tests at random sites nationwide? (Please factor in that CTC vetting takes a minimum of 6 weeks)
c) Do you have any additional comments or feedback?
d) Would you be willing to obtain CAA QA Assurance accreditation
two.3) Estimated date of publication of contract notice
1 April 2023
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No