Section one: Contracting authority
one.1) Name and addresses
Ministry of Justice
102 Petty France
London
SW1H 9AJ
ccmd_hmcts_security@justice.gov.uk
Telephone
+44 02033343555
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/ministry-of-justice
Buyer's address
https://ministryofjusticecommercial.bravosolution.co.uk
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://ministryofjusticecommercial.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://ministryofjusticecommercial.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
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of quality assurance physical covert testing services
two.1.2) Main CPV code
- 71632000 - Technical testing services
two.1.3) Type of contract
Services
two.1.4) Short description
The Ministry of Justice (the ‘Authority’) has a requirement for a Supplier to undertake covert physical security search testing (‘Covert Tests’) to verify the current security supplier's ability to appropriately identify a variety of prohibited items (as agreed with the Authority) at all HM Courts and Tribunals (HMCTS) entrances across the country (approx 355 sites).
Interested parties will need to register on the Ministry of Justice Jaggaer portal (link above) and complete and return a Signed NDA. The signed NDA will need to be returned to the Ministry of Justice by 14:00pm on Friday 2nd August 2024.
An invitation to view the Tender documents on the Jaggaer portal will be issued out on 5th August 2024 to interested parties who have submitted a completed NDA.
NDA form requests and completed forms can be sent to ccmd_hmcts_security@justice.gov.uk
two.1.5) Estimated total value
Value excluding VAT: £600,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Ministry of Justice ('the Authority') has a requirement for a Supplier to undertake covert physical security search testing (‘Covert Tests’) to verify the current security supplier's ability to appropriately identify a variety of prohibited items (as agreed with 'the Authority) at all HM Courts and Tribunals (HMCTS) entrances across the county (approx 355 sites).
The Authority requires Covert Tests to be carried out at 20 sites per month at random and unpredictable locations. The Supplier will be required to provide access to a secure reporting system to provide near real-time reporting of the Covert Tests and provide monthly performance reports utilising the data captured and recommend improvements to processes.
The Supplier will also be expected to provide recommendations on industry best-practice and emerging processes and techniques.
Ad-hoc Covert Testing will also be required at various Ministry of Justice Head office buildings across the UK on an occasional basis. These assignments will be site specific, and the format agreed between the Supplier and the Authority.
All staff carrying out the Covert tests and those working on this contract must be National Security Vetting cleared to a minimum of CTC level. A Small number of sites will require SC clearance.
Suppliers will need to be able to evidence experience in providing covert physical security testing across critical national infrastructure.
two.2.5) Award criteria
Quality criterion - Name: Techincal / Weighting: 70%
Quality criterion - Name: Social Value / Weighting: 10%
Price - Weighting: 20%
two.2.6) Estimated value
Value excluding VAT: £600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
Initial term 24 months (2yrs) and there will be an option to extend for up to an additional 48 months (4 yrs).
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Initial term 24 months with the option to extend for a further 48 months.
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
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.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction
https://ministryofjusticecommercial.bravosolution.co.uk
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.2.2) Time limit for receipt of tenders or requests to participate
Date
2 August 2024
Local time
2:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
4 September 2024
Local time
2:00pm
Information about authorised persons and opening procedure
Blind Procedure
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Ministry of Justice
102 Petty France
London
SW1H 9AJ
ccmd_hmcts_security@justice.gov.uk
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Ministry of Justice
London
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/ministry-of-justice