Planning

Quality Assurance - Physical Security Screening Services

  • Ministry of Justice

F01: Prior information notice (prior information only)

Notice identifier: 2023/S 000-002737

Procurement identifier (OCID): ocds-h6vhtk-039bc6

Published 30 January 2023, 10:53am



Section one: Contracting authority

one.1) Name and addresses

Ministry of Justice

102 Petty France

London

SW1H 9AJ

Contact

Joanne Dutton

Email

Joanne.Dutton@justice.gov.uk

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