Contract

0

  • Department for Work and Pensions

F20: Modification notice

Notice identifier: 2023/S 000-013965

Procurement identifier (OCID): ocds-h6vhtk-03c941

Published 16 May 2023, 4:36pm



Section one: Contracting authority/entity

one.1) Name and addresses

Department for Work and Pensions

Quarry House, Quarry Hill

Leeds

SW1H 9NA

Email

SIMON.NICHOLLS@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.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

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

DWP 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

Caxton House

London

SW1H 9NA

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

seven.1.4) Description of the procurement:

The Workplace Services Programme is looking at DWP’s future requirements for it’s security service following the end of the current security services contract on the 31 March 2025. A new contract will be required from 1 April 2025. DWP requires expert technical knowledge of the security sector both manned guarding and electronic systems. DWP does not have this expertise or knowledge in house. The provision of Security Technical Advisory (STA) Services delivery across the WPS programme. The services required will include the reviewing of existing Security contracts, Split contracts into Manned guarding, electronic security systems and Security central control parts, Research the market, Stakeholder engagement, Supplier engagement, writing specification, creating KPI/SLA requirements, preparing information for commercial assurance of financial requirements.

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:

£5,971,000

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 previous modification notice included the provision of Security Technical Advisory (STA) Services to assist with delivery of the Critical Security Infrastructure Programme (“CSI”) This additional increase in value of the contract relates to extensive additional services required for the CSI programme that was not envisaged at time of tender.

For the purposes of the Regulation 72(1)(b) the modification did involve additional services. The additional services are necessary for the progress of the WPS Programme due to the complexity of the FM and Security procurement that emerged towards the end of 2022. DWP required specialist security technical advice on security systems, manned guarding and Alarm Receiving Centres (ARC). Additional services are deemed necessary for the WPS Programme as the consequences for not having this service could lead to a failed procurement on one or more of the security elements of FM, namely Man Guarding or ARC contract.

For the purposes of Regulation 72(1)(b)(i) a change of contractor could not be made for technical reasons of interoperability with the present Contractor having helped in the design of the Delivery Model Assessment and in taking this forward into development of specifications and assisting with evaluation, moderation, supplier clarification questions and mobilisation of new suppliers Also, there are technical interoperability issues preventing The working knowledge of the enhancements that the contractor has on the WPS security contract will make a choice of another contractor impossible for technical reasons.

Further, as per 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 would likely cause disruption and substantial delays to the WPS Programme. involve significant delay and cost to the re-procurement programme whilst that contractor is procured and mobilised and the Department cannot afford any slippage beyond this date. In regard to costs the appointment of a second contractor would cause inconvenience and duplication of costs that would amount to substantial amounts. Running a procurement to select a supplier to deliver these additional supplies and services and the overheads for each supplier to do so, would cause a substantial duplication in costs.

The modification of the contract was made by relying on Regulation 72(1)(c) (unforeseen circumstances). This applies where: (i) the need for the modification has been brought about by circumstances which a diligent authority could not have foreseen; (ii) the modification does not alter the overall nature of the contract; and (iii) the increase in price does not exceed 50% of the value of the original contract.

At the time of tender it was not known that security systems would fall under Facilities Management and that the ARC would be procured separately. This additional specialist requirement for WPS was not foreseen at tender stage.

As per Regulation 72(1)(c) (unforeseen circumstances) (ii) the modification does not alter the overall nature of the contract; the nature of the additional services (i.e. security technical advice on WPS) is the same and the same CPV codes will continue to apply. Further, the increase in price does not exceed 50% of the original advertised contract value as required under 72(1(c)(iii).

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 that Security Systems would fall under Facilities Management and that the ARC would be procured separately. 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. Running a procurement to select a supplier to deliver these additional supplies and services and the overheads for each supplier to do so, would cause a substantial disruption and duplication in costs.

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: £4,500,000

Total contract value after the modifications

Value excluding VAT: £5,971,000