Contract

0

  • Department for Work and Pensions

F20: Modification notice

Notice identifier: 2023/S 000-022824

Procurement identifier (OCID): ocds-h6vhtk-03ed56

Published 4 August 2023, 4:39pm



Section one: Contracting authority/entity

one.1) Name and addresses

Department for Work and Pensions

Caxton House

London

SW1H 9NA

Email

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, United Kingdom

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: £7,352,000


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
Main site or place of performance

England, Scotland and Wales

seven.1.4) Description of the procurement:

This increase is for the purpose of maintaining delivery and continuity of service to WTP whilst a procurement is undertaken for a new STA to cover both CSI and WTP. The estimated award of a new contract is 31 October 2023. The STA is required to provide Technical Security Advisor services on electronic security systems to the WPT programme. The STA is to work ensure a sufficient process map is designed, before working with approved contractors to mark-up drawings in line with the security specifications and standards, technically assure both the installation and commissioning standards and complete installation reports to ensure successful security installations across WPT project sites.

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:

£7,352,000

seven.1.7) Name and address of the contractor/concessionaire

Leading Management Services Ltd

The Brandenburg Suite, 54-58 Tanner Street, London, United Kingdom

London

SE1 3PH

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

09264476

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 STA contract has been modified on two previous occasions.

The first modification notice included the provision of Security Technical Advisory (STA) Services to assist with delivery of the Critical Security Infrastructure Programme (“CSI”). The second modification notice included the provision of Security Technical Advisory (STA) Services to assist with delivery of the Workplace Services (“WPS”) Programme.

This modification relates to the contractual provisions governing the Security Technical Advisor service for the WTP element of the contract.

In regard to this Modification Notice, there was no requirement at time of tender for the STA to provide WTP activities and has only recently come about due DWP looking at its property portfolio to determine which sites to retain and which to divest.

This increase is for the purpose of providing cover for specialist Workplace Transformation Programme (WTP) activities whilst DWP run a procurement for a new STA to cover both CSI and WTP elements. The estimated award of a new contract is 31 October 2023.

The modification of the contract was made by relying on Regulation 72(1)(b). This is available for additional supplies and/ or services that have become necessary and were not included in the initial procurement, where a change of contractor: (i) cannot be made for economic or technical reasons such as requirements of interchangeability or interoperability with existing equipment, services or installations procured under the initial procurement, (ii) would cause significant inconvenience or substantial duplication of costs for the contracting authority; and (iii) the increase in value does not exceed 50% of the value of the original contract.

For the purposes of the Regulation 72(1)(b) Additional Services the modification did involve additional services. The additional services are necessary for the progress of the WTP Programme due to the increased volume of work that the present contractor are to carry out which was not expected.

Furthermore, the modification operates on a more of the same basis with an increase in the volume of the same types of services and with the same pricing being applied and these are additional services because of the new requirements under the WTP Programme. These were not included in the initial procurement and are being added to the respective services to be provided by the contractor which were originally specified in the contract, and as such, are of the same broad nature to cover WTP requirements whilst a new procurement is ran.

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 in depth knowledge of DWP’s security systems and processes to enable DWP to meet challenging timescales and could respond immediately. Also, there are technical interoperability issues preventing the working knowledge of DWP’s security systems of SAFE003 that the contractor has on the WPT security contract, will make a choice of another contractor impossible for technical reasons and for the continuation of the WPT programme.

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:

This increase is for the purpose of providing cover for specialist Workplace Transformation Programme (WTP) activities whilst DWP run a procurement for a new STA to cover both CSI and WTP elements. The estimated award of a new contract is 31 October 2023.

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: £5,971,000

Total contract value after the modifications

Value excluding VAT: £7,352,000