Section one: Contracting authority/entity
one.1) Name and addresses
Department for Work and Pensions
Caxton House
London
SW1H 9NA
cdestates.categoryteam@dwp.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-for-work-pensions
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
0
two.1.2) Main CPV code
- 79710000 - Security services
two.1.3) Type of contract
Services
two.2) Description
two.2.1) Title
DWP requires the Security Technical Advisor to provide advisory services in relation to the design and installation across the DWP Estate of security systems and equipment.
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
England, Scotland and Wales
two.2.4) Description of the procurement at the time of conclusion of the contract:
DWP requires the Security Technical Advisor to provide advisory services in relation to the design and installation across the DWP Estate of security systems and equipment.
two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
36
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section five. Award of contract/concession
Contract No
24493
Title
Estates Security Technical Advisor
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract/concession award decision:
27 January 2022
five.2.2) Information about tenders
The contract/concession has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Leading Management Services Ltd
The Brandenburg Suite, 54-58 Tanner Street
London
SE1 3PH
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
Yes
five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)
Total value of the procurement: £3,000,000
Section six. Complementary information
six.3) Additional information
Suppliers Instructions:
How to Express Interest in this Tender:
1. Register on the eSourcing portal (this is only required once):
https://dwp.bravosolution.co.uk & click the link to register - Accept the terms & conditions & click 'continue' - Enter your correct business & user details - Note your chosen username & click 'Save'. You will receive an email with your password (keep this secure)
2. Express an Interest in the tender - Login to the portal with the username/password - Click the 'PQQs / ITTs Open To All Suppliers' link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) - Click on the relevant exercise to access the content. - Click the 'Express Interest' button at the top of the page. - This will move the PQQ /ITT into your 'My PQQs/ My ITTs' page. (A secure area reserved for your projects only) -You can now access any attachments by clicking 'Buyer Attachments' in the 'PQQ/ ITT Details' box
3. Responding to the tender - Click 'My Response' under 'PQQ/ ITT Details', you can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining) - You can now use the 'Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion. Follow the onscreen instructions to complete the PQQ/ ITT - There may be a mixture of online & offline actions to complete (detailed online help available). To submit your reply use the 'Submit Response' button (top of the page).
For further assistance please consult the online help, or the eTendering help desk.
DWP expressly reserves the rights(i)to use a reverse auction; (ii)to cancel this procurement at any stage; (iii)to not award any contract as a result of the procurement process commenced by publication of this notice; (iv)and in no circumstances will DWP be liable for any costs incurred by potential suppliers.
six.4) Procedures for review
six.4.1) Review body
DWP
Cxton House
London
Country
United Kingdom
Section seven: Modifications to the contract/concession
seven.1) Description of the procurement after the modifications
seven.1.1) Main CPV code
- 79710000 - Security services
seven.1.3) Place of performance
NUTS code
- UK - United Kingdom
Main site or place of performance
England, Scotland & Wales
seven.1.4) Description of the procurement:
Following award of the contract the supplier was instructed by another part of DWP to employ increased staff resource to deliver the CSI Programme. The CSI programme, formerly Transformation, is an upgrade of all the electronic security systems currently deployed across the DWP Estate that need replacing due to the age of the existing equipment. The CSI programme is being delivered under the DWP Estates Security Services Contract. The existing STA were asked to undertake the role of Regional Programme Managers and to attend all site surveys in person, across all 605 DWP sites in scope of CSI. In addition, they were asked to undertake the production of the finalised security drawings. None of this increased involvement or additional resource was envisaged at time of tender.
seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
36
seven.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession:
£4,500,000
seven.1.7) Name and address of the contractor/concessionaire
Leading Management Services Ltd
The Brandenburg Suite, 54-58 Tanner Street
London
SE1 3PH
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
Yes
seven.2) Information about modifications
seven.2.1) Description of the modifications
Nature and extent of the modifications (with indication of possible earlier changes to the contract):
The modifications related to the contractual provisions governing the Security Technical Advisor service for the CSI element of the DWP Estates Security Services contract. The modification of the contract was made by relying on Regulation 72(1)(b). For the purposes of the Regulation 72(1)(b) the modification did involve additional services because of the increase in volume of work that the Contractor are required to carry out on the CSI programme, which was not expected. These are additional services which have come about because of the new requirements under the CSI programme. These were not included in the initial procurement and have been added to the respective services to be provided by the contractor which were originally specified in the contract. The additional services are deemed necessary for the progress of the Critical Infrastructure Programme (CSI) as there are consequences for not having the increase in volume of services related to the CSI programme. The modification is necessitated by the updated industry performance standards as well as by the Department’s own standards. A failure to comply with these standards could, in turn, compromise the safety and security of staff, contractors and visitors to the DWP Estate.
Further as per Regulation 72(1)(b)(i) a change of contractor could not be made for technical reasons of interoperability with the present Contractor having helped with existing equipment, services or installations that are used in relation to the CSI programme by the security provider, a change of STA contractor cannot be made. The type of services that the STA contractor provide are required to provide for these additional works include providing services to help the Department manage the transition from the current security infrastructure to the new operating model and the commencement of the CSI programme. These include testing and evaluation of existing systems, equipment and installations, identification of deficiencies and assessment of the G4S’s proposals for upgrade. The STA contractor were tasked with preparation of the business case for the CSI programme from the inception. The STA contractor have gathered an in depth understanding of DWPs existing and future security systems and the standards required and are familiar with the existing equipment and systems operated by the Security provider, and the CSI programme. From a personnel perspective, it would not be possible for the personnel from a new supplier to interoperate with the personnel of the existing supplier. For example, each supplier would be required to engage personnel to oversee and manage testing of the installation of the equipment and there would be substantial overlap with the personnel each contractor would be required to deploy.
For the purposes of Regulation 72(1)(b)(ii) a change of contractor would cause significant inconvenience or substantial duplication of costs. In terms of the inconvenience, introducing a new contractor to the CSI Programme would cause significant inconvenience or substantial duplication of costs and likely to cause disruption and further substantial delays to the CSI programme which would have implications for the safety of staff, contractors, and visitors to the DWP Estate. A fresh procurement is intended to be run in parallel but the additional services are required for a short period until the new contract is in place.
The modification of the contract was made by relying on Regulation 72(1)(c) (unforeseen circumstances). For the purposes of the price does not exceed 50% of the value of the original contract. The published contract value was around £3 million (excluding VAT). The increase in the value of the Contract resulting from this modification is £1.5 million (excluding VAT). The increase of 50% is within the limits required under the Regulation 72(1)(b), as this does not exceed 50% of the value of the original contract.
seven.2.2) Reasons for modification
Need for additional works, services or supplies by the original contractor/concessionaire.
Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:
The modification was necessitated as at the time of tender it was not known at the time of the placing of the contract that the additional services for the CSI programme would result in extra requirements. The current STA Contractor are the only supplier that knows DWPs specific technical requirement and could respond immediately. No other supplier would be in the position to immediately provide this service as they would not have the in-depth knowledge of DWP and the technical requirement.
It is DWPs intention to re-tender this CSI element as a standalone contract.
seven.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)
Value excluding VAT: £3,000,000
Total contract value after the modifications
Value excluding VAT: £4,500,000