Tender

NICS Provision of Security and Ancillary Services 2024

  • Department for Communities

F21: Social and other specific services – public contracts (contract notice)

Notice identifier: 2024/S 000-006934

Procurement identifier (OCID): ocds-h6vhtk-044569

Published 5 March 2024, 8:26am



The closing date and time has been changed to:

15 April 2024, 3:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Department for Communities

c/o Construction Procurement Delivery, Clare House, 303 Airport Road West

Belfast

BT3 9ED

Email

justice.cpd@finance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.communities-ni.gov.uk/

Buyer's address

https://www.finance-ni.gov.uk/topics/procurement

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etendersni.gov.uk/epps

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

NICS Provision of Security and Ancillary Services 2024

Reference number

ID 5054046

two.1.2) Main CPV code

  • 79710000 - Security services

two.1.3) Type of contract

Services

two.1.4) Short description

Construction and Procurement Delivery (CPD), on behalf of the Participating Bodies listed in the Conditions of Contract are seeking to establish a Contract for the provision of Security and Ancillary Services at locations throughout Northern Ireland. Further details of the specific requirements at each premises or site are provided in the Building Specifications. This is a retender of the existing services which are due to expire on 31st August 2024. The Contractor will be required to: • engender and nurture a true spirit of partnership between the Contractor and the Client by providing a quality efficient service; • help provide a safe environment to enable the Client’s staff to effectively deliver frontline services and for customers to avail of these services; • integrate environmental considerations and social benefits throughout the Contract; • work with the Client to transform the services over the period of the Contract maximising the potential for available technology and reducing the cost of security for both parties; and • to maintain a robust programme of contract monitoring to ensure effective delivery of Services. The key objectives of the Contractor will be: • To meet the Contract’s Key Performance Indicators (KPIs) and deliver a quality Security and Ancillary service which complies with all relevant legislation, including Working Time Directives, Security Industry Licensing, Health and Safety, specific local security requirements, Health and Safety requirements, waste management / recycling etc. • To safeguard the Client’s premises and their contents; • To enable the staff working within the premises to carry out their business functions effectively with minimum disruption; • To ensure that all services are operated in an efficient and cost effective manner; • To ensure that the Contractor’s staff are well presented, clean and tidy, polite, of good character, respectful to others, willing to help cover the required hours and comply with local / on-site policies; • To report to the nominated representative of the Client; • To implement the NICS Security Policies in line with the Security Policy Framework; • To offer continual advice to the Client on methods of introducing value for money and innovation into the delivery of Services; and • To ensure high levels of customer satisfaction.

two.1.5) Estimated total value

Value excluding VAT: £140,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

two.2) Description

two.2.1) Title

Lot One

Lot No

1

two.2.2) Additional CPV code(s)

  • 79711000 - Alarm-monitoring services
  • 79714000 - Surveillance services
  • 79715000 - Patrol services
  • 35121000 - Security equipment
  • 79993100 - Facilities management services
  • 64122000 - Internal office mail and messenger services
  • 79992000 - Reception services
  • 79500000 - Office-support services
  • 98341120 - Portering services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

All current service delivery locations are as listed on the Building Specification documents.

two.2.4) Description of the procurement

Construction and Procurement Delivery (CPD), on behalf of the Participating Bodies listed in the Conditions of Contract are seeking to establish a Contract for the provision of Security and Ancillary Services at locations throughout Northern Ireland. Further details of the specific requirements at each premises or site are provided in the Building Specifications. This is a retender of the existing services which are due to expire on 31st August 2024. The Contractor will be required to: • engender and nurture a true spirit of partnership between the Contractor and the Client by providing a quality efficient service; • help provide a safe environment to enable the Client’s staff to effectively deliver frontline services and for customers to avail of these services; • integrate environmental considerations and social benefits throughout the Contract; • work with the Client to transform the services over the period of the Contract maximising the potential for available technology and reducing the cost of security for both parties; and • to maintain a robust programme of contract monitoring to ensure effective delivery of Services. The key objectives of the Contractor will be: • To meet the Contract’s Key Performance Indicators (KPIs) and deliver a quality Security and Ancillary service which complies with all relevant legislation, including Working Time Directives, Security Industry Licensing, Health and Safety, specific local security requirements, Health and Safety requirements, waste management / recycling etc. • To safeguard the Client’s premises and their contents; • To enable the staff working within the premises to carry out their business functions effectively with minimum disruption; • To ensure that all services are operated in an efficient and cost effective manner; • To ensure that the Contractor’s staff are well presented, clean and tidy, polite, of good character, respectful to others, willing to help cover the required hours and comply with local / on-site policies; • To report to the nominated representative of the Client; • To implement the NICS Security Policies in line with the Security Policy Framework; • To offer continual advice to the Client on methods of introducing value for money and innovation into the delivery of Services; and • To ensure high levels of customer satisfaction.

two.2.6) Estimated value

Value excluding VAT: £47,180,000

two.2.7) Duration of the contract or the framework agreement

Duration in months

84

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Tenderers are directed to the Participating Departments and Agencies / Bodies listed in Schedule 6 of the Commercial Conditions of Contract for Services.

two.2) Description

two.2.1) Title

Lot Two

Lot No

2

two.2.2) Additional CPV code(s)

  • 79711000 - Alarm-monitoring services
  • 79714000 - Surveillance services
  • 79715000 - Patrol services
  • 35121000 - Security equipment
  • 79993100 - Facilities management services
  • 64122000 - Internal office mail and messenger services
  • 79992000 - Reception services
  • 79500000 - Office-support services
  • 98341120 - Portering services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

All current service delivery locations are as listed on the Building Specification documents.

two.2.4) Description of the procurement

Construction and Procurement Delivery (CPD), on behalf of the Participating Bodies listed in the Conditions of Contract are seeking to establish a Contract for the provision of Security and Ancillary Services at locations throughout Northern Ireland. Further details of the specific requirements at each premises or site are provided in the Building Specifications. This is a retender of the existing services which are due to expire on 31st August 2024. The Contractor will be required to: • engender and nurture a true spirit of partnership between the Contractor and the Client by providing a quality efficient service; • help provide a safe environment to enable the Client’s staff to effectively deliver frontline services and for customers to avail of these services; • integrate environmental considerations and social benefits throughout the Contract; • work with the Client to transform the services over the period of the Contract maximising the potential for available technology and reducing the cost of security for both parties; and • to maintain a robust programme of contract monitoring to ensure effective delivery of Services. The key objectives of the Contractor will be: • To meet the Contract’s Key Performance Indicators (KPIs) and deliver a quality Security and Ancillary service which complies with all relevant legislation, including Working Time Directives, Security Industry Licensing, Health and Safety, specific local security requirements, Health and Safety requirements, waste management / recycling etc. • To safeguard the Client’s premises and their contents; • To enable the staff working within the premises to carry out their business functions effectively with minimum disruption; • To ensure that all services are operated in an efficient and cost effective manner; • To ensure that the Contractor’s staff are well presented, clean and tidy, polite, of good character, respectful to others, willing to help cover the required hours and comply with local / on-site policies; • To report to the nominated representative of the Client; • To implement the NICS Security Policies in line with the Security Policy Framework; • To offer continual advice to the Client on methods of introducing value for money and innovation into the delivery of Services; and • To ensure high levels of customer satisfaction.

two.2.6) Estimated value

Value excluding VAT: £24,626,000

two.2.7) Duration of the contract or the framework agreement

Duration in months

84

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Tenderers are directed to the Participating Departments and Agencies / Bodies listed in Schedule 6 of the Commercial Conditions of Contract for Services.

two.2) Description

two.2.1) Title

Lot Three

Lot No

3

two.2.2) Additional CPV code(s)

  • 79711000 - Alarm-monitoring services
  • 79714000 - Surveillance services
  • 79715000 - Patrol services
  • 35121000 - Security equipment
  • 79993100 - Facilities management services
  • 64122000 - Internal office mail and messenger services
  • 79992000 - Reception services
  • 79500000 - Office-support services
  • 98341120 - Portering services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

All current service delivery locations are as listed on the Building Specification documents.

two.2.4) Description of the procurement

Construction and Procurement Delivery (CPD), on behalf of the Participating Bodies listed in the Conditions of Contract are seeking to establish a Contract for the provision of Security and Ancillary Services at locations throughout Northern Ireland. Further details of the specific requirements at each premises or site are provided in the Building Specifications. This is a retender of the existing services which are due to expire on 31st August 2024. The Contractor will be required to: • engender and nurture a true spirit of partnership between the Contractor and the Client by providing a quality efficient service; • help provide a safe environment to enable the Client’s staff to effectively deliver frontline services and for customers to avail of these services; • integrate environmental considerations and social benefits throughout the Contract; • work with the Client to transform the services over the period of the Contract maximising the potential for available technology and reducing the cost of security for both parties; and • to maintain a robust programme of contract monitoring to ensure effective delivery of Services. The key objectives of the Contractor will be: • To meet the Contract’s Key Performance Indicators (KPIs) and deliver a quality Security and Ancillary service which complies with all relevant legislation, including Working Time Directives, Security Industry Licensing, Health and Safety, specific local security requirements, Health and Safety requirements, waste management / recycling etc. • To safeguard the Client’s premises and their contents; • To enable the staff working within the premises to carry out their business functions effectively with minimum disruption; • To ensure that all services are operated in an efficient and cost effective manner; • To ensure that the Contractor’s staff are well presented, clean and tidy, polite, of good character, respectful to others, willing to help cover the required hours and comply with local / on-site policies; • To report to the nominated representative of the Client; • To implement the NICS Security Policies in line with the Security Policy Framework; • To offer continual advice to the Client on methods of introducing value for money and innovation into the delivery of Services; and • To ensure high levels of customer satisfaction.

two.2.6) Estimated value

Value excluding VAT: £68,194,000

two.2.7) Duration of the contract or the framework agreement

Duration in months

84

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Tenderers are directed to the Participating Departments and Agencies / Bodies listed in Schedule 6 of the Commercial Conditions of Contract for Services.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

Evaluation model is as listed in the Instructions to Tenderers document.


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.1.11) Main features of the award procedure

Evaluation model is as listed in the Instructions to Tenderers document.

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

8 April 2024

Local time

3:00pm

Changed to:

Date

15 April 2024

Local time

3:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

CPD, the Department for Communities, and the Participating Departments and Agencies / Bodies listed in Schedule 6 of the Commercial Conditions of Contract for Services, cannot provide any guarantee as to the level of business under this contract. The estimated contract values are broad estimates only; they include additional quantum for unforeseen demand and to future proof. The estimates are not deemed to be a condition of contract nor a guarantee of minimum demand or uptake. No compensation will be payable to a Contractor should the actual demand be less than that. stated.. . Contract monitoring: the successful Contractor(s) performance on the contract will be regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a Contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a notice of written warning and notice of unsatisfactory performance, and this contract may be terminated. The issue of a notice of written warning and notice of unsatisfactory performance will result in the Contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of up to 3 years from the date of issue of the notice. . . The Authority expressly reserves the rights: (i) not to award any contract as a result of the procurement process commenced by publication of this notice; (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; (iii) to award (a) contract(s) in respect of any part(s) of the services covered by this notice and (iv) to award contract(s) in stages. And under no circumstances will the Authority be liable for any costs incurred by Candidates.

six.4) Procedures for review

six.4.1) Review body

The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued.

N/A

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD will comply with the Public Contracts Regulations 2015 and where. appropriate, will incorporate a standstill period (i.e a minimum of 10 calendar days) at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.