Tender

Provision of quality assurance physical covert testing services

  • Ministry of Justice

F02: Contract notice

Notice identifier: 2024/S 000-023660

Procurement identifier (OCID): ocds-h6vhtk-0485a4

Published 29 July 2024, 4:56pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Justice

102 Petty France

London

SW1H 9AJ

Email

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

Email

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