Scope
Reference
1220
Description
The Senedd Commission has a requirement for the supply, installation and maintenance of a variety of physical security measures in Senedd Members' constituency offices and homes.
The Senedd is looking to procure contractors that will work side by side with its Members Security Team (MST) to supply, install and maintain physical security measures for the constituency and homes of Members of the Senedd (MS).
The framework the Senedd Commission is creating will ensure a structured, manageable, efficient and robust service going forward, where services can be called off on an as and when basis for a variety of works relating to the enhancements of security within these offices and homes.
The framework will comprise of four regional Lots, broken down into the following areas:
• North Wales
• Mid Wales
• South East Wales
• West Wales
Commercial tool
Establishes a framework
Total value (estimated)
- £949,363 excluding VAT
- £1,186,704 including VAT
Above the relevant threshold
Contract dates (estimated)
- 18 May 2026 to 17 May 2030
- 4 years
Main procurement category
Services
CPV classifications
- 45216114 - Parliament and public assembly buildings
- 50610000 - Repair and maintenance services of security equipment
- 35121000 - Security equipment
- 35123000 - Site-identification equipment
- 35125000 - Surveillance system
Contract locations
- UKL - Wales
Lot 1. North Wales
Description
As per Diagram 1 within the Specification document, this Lot covers the North Wales region.
Lot value (estimated)
- £222,600 excluding VAT
- £278,250 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Mid Wales
Description
As per Diagram 1 within the Specification document, this Lot covers the Mid Wales region.
Lot value (estimated)
- £95,400 excluding VAT
- £119,250 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 3. South East Wales
Description
As per Diagram 1 within the Specification document, this Lot covers the South East Wales region.
Lot value (estimated)
- £604,200 excluding VAT
- £755,250 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 4. West Wales
Description
As per Diagram 1 within the Specification document, this Lot covers the West Wales region.
Lot value (estimated)
- £95,400 excluding VAT
- £119,250 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
0%
Framework operation description
The framework will comprise of four regional Lots, broken down into the following areas:
• North Wales
• Mid Wales
• South East Wales
• West Wales
Suppliers may bid for more than one Lot if they wish and will be able to select which Lot they wish to bid for at the Conditions of Participation stage (Stage 1) of the procurement process.
The framework will use a mixture of direct award and mini competition when awarding individual contracts to suppliers throughout the 4-year period.
Direct Award
The information submitted by suppliers as part of their bid will be used to identify the most suitable supplier to address a specific need as and when a requirement arises throughout the framework duration. Individual pieces of work will be directly awarded to a supplier by the Commission by adopting the following process:
1. Identifying the need/requirement; and
2. Assessing all of the information provided by suppliers in their bid submission (method statement, risk assessment, costs and availability).
Tenderers are asked to provide as much relevant information as possible in their bid submissions to enable a thorough assessment to be carried out during these times.
Mini Competition
Where the details provided by suppliers in their bid submissions are not specific enough for the Commission to be able to identify the most suitable supplier from carrying out the above process, or a more complex requirement arises, a mini-competition will be run. All suppliers within the particular Lot will be invited to participate in this exercise.
Proposals submitted by suppliers in these instances will be evaluated using the criteria outlined in Section 10 of the specification.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
Establishing party only
Participation
Legal and financial capacity conditions of participation
Lot 1. North Wales
Lot 2. Mid Wales
Lot 3. South East Wales
Lot 4. West Wales
As per Procurement Documents
Technical ability conditions of participation
Lot 1. North Wales
Lot 2. Mid Wales
Lot 3. South East Wales
Lot 4. West Wales
As per Procurement Documents
Particular suitability
Lot 1. North Wales
Lot 2. Mid Wales
Lot 3. South East Wales
Lot 4. West Wales
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
24 February 2026, 10:00am
Submission type
Requests to participate
Deadline for requests to participate
3 March 2026, 10:00am
Submission address and any special instructions
Procurement documents can be found within the Bravo solution portal at:
https://etenderwales.bravosolution.co.uk/web/login.html
Search for PQQ - pqq_33770 (Provision of Security equipment at Welsh Parliament Constituency offices)
Tenders may be submitted electronically
Yes
Languages that may be used for submission
- Welsh
- English
Suppliers to be invited to tender
Lot 1. North Wales
Lot 2. Mid Wales
Lot 3. South East Wales
5 suppliers
Selection criteria:
As per Procurement Documents
Lot 4. West Wales
5 to 4 suppliers
Award decision date (estimated)
15 May 2026
Recurring procurement
Publication date of next tender notice (estimated): 12 October 2029
Award criteria
Lot 1. North Wales
| Name | Description | Type | Weighting |
|---|---|---|---|
| Quality | Method Statement in Annex C - Supplier Exercise 15 Marks Risk Assessment in Annex C - Supplier Exercise 15 Marks 1 Subcontracting and Outsourcing Works. 5 Marks 2 Account Management 5 Marks... |
Quality | 60.00% |
| Cost | Annex C - Supplier Exercise 20 Marks Annex D - Basket of Items 20 Marks |
Cost | 40.00% |
Lot 2. Mid Wales
Lot 3. South East Wales
| Name | Description | Type | Weighting |
|---|---|---|---|
| Quality | Method Statement in Annex C - Supplier Exercise 15 Marks Risk Assessment in Annex C - Supplier Exercise 15 Marks 1 Subcontracting and Outsourcing Works. 5 Marks 2 Account Management 5 Marks... |
Quality | 60.00% |
| Cost | Annex C - Supplier Exercise 20 Marks Annex D - Basket of Items 20 Marks |
Cost | 40.00% |
Lot 4. West Wales
| Name | Description | Type | Weighting |
|---|---|---|---|
| Quality | Method Statement in Annex C - Supplier Exercise 15 Marks Risk Assessment in Annex C - Supplier Exercise 15 Marks 1 Subcontracting and Outsourcing Works. 5 Marks 2 Account Management 5 Marks... |
Quality | 60.00% |
| Price | Annex C - Supplier Exercise 20 Marks Annex D - Basket of Items 20 Marks |
Price | 40.00% |
Other information
Payment terms
As per Procurement Documents
Description of risks to contract performance
As per Procurement Documents
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
Further to the evaluation of the Conditions of Participation Stage, up to 5 suppliers will be invited, for each of the four Lots, to the Invitation to Tender stage.
Following tender evaluation, a maximum of 2 suppliers will be awarded on to each Lot of the framework.
Documents
Documents to be provided after the tender notice
Procurements documents can be found within the Bravo solution portal at:
https://etenderwales.bravosolution.co.uk/web/login.html
PQQ Reference: pqq_33770
Contracting authority
Senedd Cymru / Welsh Parliament
- Public Procurement Organisation Number: PZHB-8494-NVZZ
Senedd Cymru / Welsh Parliament
Cardiff
CF99 1SN
United Kingdom
Region: UKL22 - Cardiff and Vale of Glamorgan
Organisation type: Public authority - sub-central government
Devolved regulations that apply: Wales