Opportunity

Security Services – Physical, Technical and Support Services

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F02: Contract notice

Notice reference: 2022/S 000-014331

Published 24 May 2022, 3:04pm



Section one: Contracting authority

one.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3150103503

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

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://crowncommercialservice.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://crowncommercialservice.bravosolution.co.uk

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

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Security Services – Physical, Technical and Support Services

Reference number

RM6257

two.1.2) Main CPV code

  • 79710000 - Security services

two.1.3) Type of contract

Services

two.1.4) Short description

Crown Commercial Service (CCS) intends to put in place an agreement for the provision of Security Services to be utilised by Central Government Departments and all other UK Public sector bodies, including local authorities, health, police, fire and rescue, education and devolved administrations.

It is intended that this commercial agreement will be the recommended vehicle for all Security services required by UK Central Government Departments and the Geographical delivery of services will be International and UK wide.

The Framework Agreement will have 4 lots

Lot 1: Total Security

Lot 2: Guarding Services

Lot 3: Physical & Technical Services

Lot 4: Additional Services

The Framework Agreement will be established for forty-two (42) months.

two.1.5) Estimated total value

Value excluding VAT: £3,000,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Total Security

Lot No

1

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 31100000 - Electric motors, generators and transformers
  • 31200000 - Electricity distribution and control apparatus
  • 31300000 - Insulated wire and cable
  • 31400000 - Accumulators, primary cells and primary batteries
  • 31500000 - Lighting equipment and electric lamps
  • 31600000 - Electrical equipment and apparatus
  • 31700000 - Electronic, electromechanical and electrotechnical supplies
  • 32234000 - Closed-circuit television cameras
  • 32300000 - Television and radio receivers, and sound or video recording or reproducing apparatus
  • 32500000 - Telecommunications equipment and supplies
  • 34928100 - Crash barriers
  • 34928110 - Road barriers
  • 34928120 - Barrier components
  • 34928200 - Fences
  • 34928220 - Fencing components
  • 34928300 - Safety barriers
  • 34928310 - Safety fencing
  • 34928320 - Guardrails
  • 34928450 - Bollards
  • 34928500 - Street-lighting equipment
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35100000 - Emergency and security equipment
  • 35113300 - Safety installations
  • 35120000 - Surveillance and security systems and devices
  • 35121000 - Security equipment
  • 35121100 - Buzzers
  • 35121300 - Security fittings
  • 35121400 - Security bags
  • 35121500 - Seals
  • 35121600 - Tags
  • 35121700 - Alarm systems
  • 35121800 - Convex security mirrors
  • 35121900 - Radar detectors
  • 35123400 - Identification badges
  • 35123500 - Video identification systems
  • 35124000 - Metal detectors
  • 35125000 - Surveillance system
  • 35125100 - Sensors
  • 35125110 - Biometric sensors
  • 35125200 - Time control system or working time recorder
  • 35125300 - Security cameras
  • 35613000 - Unmanned aerial vehicles
  • 35710000 - Command, control, communication and computer systems
  • 35720000 - Intelligence, surveillance, target acquisition and reconnaissance
  • 38581000 - Baggage-scanning equipment
  • 38582000 - X-ray inspection equipment
  • 39162000 - Educational equipment
  • 39162200 - Training aids and devices
  • 44212329 - Security screens
  • 44521120 - Electronic security lock
  • 44521130 - Enhanced security lock
  • 45222300 - Engineering work for security installations
  • 48300000 - Document creation, drawing, imaging, scheduling and productivity software package
  • 48500000 - Communication and multimedia software package
  • 48600000 - Database and operating software package
  • 48800000 - Information systems and servers
  • 48900000 - Miscellaneous software package and computer systems
  • 48930000 - Training and entertainment software package
  • 50000000 - Repair and maintenance services
  • 50600000 - Repair and maintenance services of security and defence materials
  • 50610000 - Repair and maintenance services of security equipment
  • 50700000 - Repair and maintenance services of building installations
  • 50800000 - Miscellaneous repair and maintenance services
  • 51000000 - Installation services (except software)
  • 51100000 - Installation services of electrical and mechanical equipment
  • 51300000 - Installation services of communications equipment
  • 51500000 - Installation services of machinery and equipment
  • 51600000 - Installation services of computers and office equipment
  • 51700000 - Installation services of fire protection equipment
  • 51900000 - Installation services of guidance and control systems
  • 71317100 - Fire and explosion protection and control consultancy services
  • 72212730 - Security software development services
  • 73431000 - Test and evaluation of security equipment
  • 75222000 - Civil defence services
  • 75231220 - Prisoner-escort services
  • 75241000 - Public security services
  • 75242000 - Public law and order services
  • 79417000 - Safety consultancy services
  • 79711000 - Alarm-monitoring services
  • 79713000 - Guard services
  • 79714000 - Surveillance services
  • 79715000 - Patrol services
  • 79716000 - Identification badge release services
  • 80510000 - Specialist training services
  • 80550000 - Safety training services
  • 80600000 - Training services in defence and security materials
  • 80610000 - Training and simulation in security equipment
  • 90711100 - Risk or hazard assessment other than for construction

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Total Security Services, including Guarding, installation and maintenance of Technical and Physical security systems and products, Consultancy Services, Security Risk Assessment and Security Awareness/Training'

Lot 1 is for Total Security with a contract value of £1,500,000,000

For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,500,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

42

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

II.2.7 - is the maximum duration of the Framework Agreement. The Framework Agreement will be established for 42 months.

There will be no maximum number of Suppliers, Suppliers who achieve the minimum quality score for the Quality evaluation and achieve or exceed an overall final score of 35 will be awarded a place on the Framework.

two.2) Description

two.2.1) Title

Guarding Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 32234000 - Closed-circuit television cameras
  • 32300000 - Television and radio receivers, and sound or video recording or reproducing apparatus
  • 32500000 - Telecommunications equipment and supplies
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35100000 - Emergency and security equipment
  • 35120000 - Surveillance and security systems and devices
  • 35121000 - Security equipment
  • 35121100 - Buzzers
  • 35121300 - Security fittings
  • 35121400 - Security bags
  • 35121500 - Seals
  • 35121600 - Tags
  • 35121700 - Alarm systems
  • 35121800 - Convex security mirrors
  • 35121900 - Radar detectors
  • 35123400 - Identification badges
  • 35123500 - Video identification systems
  • 35124000 - Metal detectors
  • 35125000 - Surveillance system
  • 35125100 - Sensors
  • 35125110 - Biometric sensors
  • 35125200 - Time control system or working time recorder
  • 35125300 - Security cameras
  • 35613000 - Unmanned aerial vehicles
  • 35710000 - Command, control, communication and computer systems
  • 35720000 - Intelligence, surveillance, target acquisition and reconnaissance
  • 38581000 - Baggage-scanning equipment
  • 38582000 - X-ray inspection equipment
  • 75222000 - Civil defence services
  • 75231220 - Prisoner-escort services
  • 75242000 - Public law and order services
  • 79711000 - Alarm-monitoring services
  • 79713000 - Guard services
  • 79714000 - Surveillance services
  • 79715000 - Patrol services
  • 79716000 - Identification badge release services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 2 is for Guarding Services with a contract value of £800,000,000

For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £800,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

42

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

II.2.7 - is the maximum duration of the Framework Agreement. The Framework Agreement will be established for 42 months.

There will be no maximum number of Suppliers, Suppliers who achieve the minimum quality score for the Quality evaluation and achieve or exceed an overall final score of 35 will be awarded a place on the Framework.

two.2) Description

two.2.1) Title

Physical & Technical Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 31100000 - Electric motors, generators and transformers
  • 31200000 - Electricity distribution and control apparatus
  • 31300000 - Insulated wire and cable
  • 31400000 - Accumulators, primary cells and primary batteries
  • 31500000 - Lighting equipment and electric lamps
  • 31600000 - Electrical equipment and apparatus
  • 31700000 - Electronic, electromechanical and electrotechnical supplies
  • 32234000 - Closed-circuit television cameras
  • 32300000 - Television and radio receivers, and sound or video recording or reproducing apparatus
  • 32500000 - Telecommunications equipment and supplies
  • 34928100 - Crash barriers
  • 34928110 - Road barriers
  • 34928120 - Barrier components
  • 34928200 - Fences
  • 34928220 - Fencing components
  • 34928300 - Safety barriers
  • 34928310 - Safety fencing
  • 34928320 - Guardrails
  • 34928450 - Bollards
  • 34928500 - Street-lighting equipment
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35100000 - Emergency and security equipment
  • 35113300 - Safety installations
  • 35120000 - Surveillance and security systems and devices
  • 35121000 - Security equipment
  • 35121100 - Buzzers
  • 35121300 - Security fittings
  • 35121400 - Security bags
  • 35121500 - Seals
  • 35121600 - Tags
  • 35121700 - Alarm systems
  • 35121800 - Convex security mirrors
  • 35121900 - Radar detectors
  • 35123400 - Identification badges
  • 35123500 - Video identification systems
  • 35124000 - Metal detectors
  • 35125000 - Surveillance system
  • 35125100 - Sensors
  • 35125110 - Biometric sensors
  • 35125200 - Time control system or working time recorder
  • 35125300 - Security cameras
  • 35613000 - Unmanned aerial vehicles
  • 35710000 - Command, control, communication and computer systems
  • 35720000 - Intelligence, surveillance, target acquisition and reconnaissance
  • 38581000 - Baggage-scanning equipment
  • 38582000 - X-ray inspection equipment
  • 44212329 - Security screens
  • 44521120 - Electronic security lock
  • 44521130 - Enhanced security lock
  • 45222300 - Engineering work for security installations
  • 48300000 - Document creation, drawing, imaging, scheduling and productivity software package
  • 48500000 - Communication and multimedia software package
  • 48600000 - Database and operating software package
  • 48800000 - Information systems and servers
  • 48900000 - Miscellaneous software package and computer systems
  • 50000000 - Repair and maintenance services
  • 50600000 - Repair and maintenance services of security and defence materials
  • 50610000 - Repair and maintenance services of security equipment
  • 50700000 - Repair and maintenance services of building installations
  • 50800000 - Miscellaneous repair and maintenance services
  • 51000000 - Installation services (except software)
  • 51100000 - Installation services of electrical and mechanical equipment
  • 51300000 - Installation services of communications equipment
  • 51500000 - Installation services of machinery and equipment
  • 51600000 - Installation services of computers and office equipment
  • 51700000 - Installation services of fire protection equipment
  • 51900000 - Installation services of guidance and control systems
  • 72212730 - Security software development services
  • 73431000 - Test and evaluation of security equipment
  • 75241000 - Public security services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 3 is the design, supply, installation, commission, and maintenance of Physical & Technical Security Systems/Products with a contract value of £670,000,000

For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £670,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

42

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

II.2.7 - is the maximum duration of the Framework Agreement. The Framework Agreement will be established for 42 months.

There will be no maximum number of Suppliers, Suppliers who achieve the minimum quality score for the Quality evaluation and achieve or exceed an overall final score of 35 will be awarded a place on the Framework.

two.2) Description

two.2.1) Title

Additional Services

Lot No

4

two.2.2) Additional CPV code(s)

  • 39162000 - Educational equipment
  • 39162200 - Training aids and devices
  • 48300000 - Document creation, drawing, imaging, scheduling and productivity software package
  • 48930000 - Training and entertainment software package
  • 71317100 - Fire and explosion protection and control consultancy services
  • 79417000 - Safety consultancy services
  • 80510000 - Specialist training services
  • 80550000 - Safety training services
  • 80600000 - Training services in defence and security materials
  • 80610000 - Training and simulation in security equipment
  • 90711100 - Risk or hazard assessment other than for construction

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 4 is for Additional Services including Consultancy Services, Security Risk Assessment and Security Awareness/training, with a contract value of £30,000,000

For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £30,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

42

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

II.2.7 - is the maximum duration of the Framework Agreement. The Framework Agreement will be established for 42 months.

There will be no maximum number of Suppliers, Suppliers who achieve the minimum quality score for the Quality evaluation and achieve or exceed an overall final score of 35 will be awarded a place on the Framework.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to Joint Schedule 9 Minimum Standards of Reliability


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction

An electronic auction will not be used for this Framework Contract; however Buyers may require an electronic auction for Lot 3 for a Call Off Contract

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-008571

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

Date

22 June 2022

Local time

3:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

22 June 2022

Local time

3:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/ce77a081-e8bd-4896-b1d7-efdf8546658c

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list;

3) Rights reserved for CCS framework.

On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced the Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications

Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.

Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs.

Registering for access:

This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers

For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

PLEASE NOTE:

All certificates issued prior to 1 April 2020 or before 30 June 2020 on the existing scheme are valid until 30 June 2021. This includes those issued by Accreditation Bodies other than IASME.

On 30 June 2021, any certificate issued under the old scheme will expire.

Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.

six.4) Procedures for review

six.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.crowncommercial.gov.uk/