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
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.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
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.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £140,000,000
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
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Form of procedure
Open procedure
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-006934
Section five. Award of contract
Contract No
1
Lot No
1
Title
Lot One
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 July 2024
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 4
five.2.3) Name and address of the contractor
G4S SECURE SOLUTIONS UK LTD
c/o Construction Procurement Delivery, Clare House, 303 Airport Road West
SUTTON
SM1 4LD
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £47,180,000
Section five. Award of contract
Contract No
2
Lot No
2
Title
Lot Two
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 July 2024
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 4
five.2.3) Name and address of the contractor
G4S SECURE SOLUTIONS UK LTD
Sutton Park House
SUTTON
SM1 4LD
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £24,626,000
Section five. Award of contract
Contract No
3
Lot No
3
Title
Lot Three
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
1 July 2024
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 4
five.2.3) Name and address of the contractor
G4S SECURE SOLUTIONS UK LTD
Sutton Park House
SUTTON
SM1 4LD
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £68,194,000
Section six. Complementary information
six.3) Additional information
Contract Value. The figure indicated in Section V 2.4 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract.. Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. 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 Unsatisfactory Performance and the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can 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 three years from the date of issue.
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 complied with the Public Contracts Regulations 2015 and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.