Awarded contract

N/A

  • Department for Work and Pensions

F20: Modification notice

Notice reference: 2022/S 000-031494

Published 8 November 2022, 8:11am



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

NUTS 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

N/A

two.1.2) Main CPV code

  • 79700000 - Investigation and security services

two.1.3) Type of contract

Services

two.2) Description

two.2.1) Title

DWP as the Contracting Authority to put in place a contract for Security Services delivery across the DWP Estate.

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:

Provision of Security Services delivery across the DWP Estate. The services include security guarding, installation of new security systems, maintenance of existing security systems and security advice, along with any ancillary, related or incidental services.

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

Duration in months

75

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.2) Administrative information

four.2.1) Contract award notice concerning this contract

Notice number: 2017/S 008-011840


Section five. Award of contract/concession

Contract No

4927

Title

DWP Estates Security Services Contract

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

28 September 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

G4S SS UK

2nd Floor, Chancery House

Sutton

SM1 1JB

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

No

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: £611,550,000


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

SW1H9NA

Email

cdestates.categoryteam@dwp.gov.uk

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

  • 79700000 - Investigation and 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:

The provision of Security Services delivery across the DWP Estate. The services required will include security guarding, installation of new security systems, maintenance of existing security systems and security advice, along with any ancillary, related or incidental services.

The contract has been extended as permissible in the contract to 31 March 2024

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months

75

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£611,550,000

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

G4S SS

2nd Floor Chancery House, St Nicholas Way,

Sutton

SM1 1JB

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

01046019

The contractor/concessionaire is an SME

No

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 modifications related to the contractual provisions governing the Critical Security Infrastructure programme, formerly Transformation, which involved both an increase in the volume of equipment being installed across the estate and the introduction of new more technologically enhanced security equipment.

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) the modification did involve additional services or supplies. There was an increase in volume of the same type of supplies with the same pricing model and an associated increase in the number of personnel to operate/ manage this additional equipment. The enhancements were also additional supplies being added to the respective supplies originally specified in the contract. The modification was necessitated by the updated industry performance standards as well as the Department’s own standards. A failure to comply with these standards could, in turn, compromise the safety and security of staff, contractors and visitors to the DWP Estate.

For the purposes of Regulation 72(1)(b)(i) a change of contractor could not be made for technical reasons of interoperability with existing equipment procured under the initial procurement. The supplier is required to provide a fully integrated system with all equipment interacting and feeding into their network. It would not be possible for the personnel from a new supplier to interoperate with the personnel of the existing supplier. Also, there are technical interoperability issues preventing the supply of the enhancements by a second contractor.

Further, as per Regulations 72(1)(b) (ii) a change of contractor would cause significant inconvenience or substantial duplication of costs. In terms of the inconvenience, introducing a new contractor would likely cause disruption and substantial delays to the CSI programme compromising the safety of staff, contractors, and visitors to the DWP Estate. Running a procurement to select a supplier to deliver these additional supplies and services and the overheads for each supplier to do so, would cause a substantial duplication in costs.

Under Regulation 72(1)(b)(iii) the increase cannot exceed 50% of the original value of the Contract. The value of the Contract resulting from this modification is estimated to be around £60 million. This represents an increase of around 12% of original contract value which is below the 50% threshold.

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:

The modification was necessitated by the updated industry performance standards as well as the Department’s own standards. A failure to comply with these standards could, in turn, compromise the safety and security of staff, contractors and visitors to the DWP Estate. Running a procurement to select a supplier to deliver these additional supplies and services and the overheads for each supplier to do so, would cause a substantial disruption and duplication in costs.

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: £486,700,000

Total contract value after the modifications

Value excluding VAT: £611,550,000