Awarded contract

Security Services – Physical, Technical and Support Services

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F03: Contract award notice

Notice reference: 2022/S 000-034047

Published 1 December 2022, 12:02pm



Section one: Contracting authority

one.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3150103503

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/crown-commercial-service

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Security Services – Physical, Technical and Support Services

Reference number

RM6257

two.1.2) Main CPV code

  • 79710000 - Security services

two.1.3) Type of contract

Services

two.1.4) Short description

Crown Commercial Service (CCS) has put in place an agreement for the provision of Security Services to be utilised by Central Government Departments and all other UK Public sector bodies, including local authorities, health, police, fire and rescue, education and devolved administrations.

This commercial agreement is the recommended vehicle for all Security services required by UK Central Government Departments and the Geographical delivery of services is International and UK wide.

The Framework Agreement has 4 lots:

Lot 1: Total Security

Lot 2: Guarding Services

Lot 3: Physical & Technical Services

Lot 4: Additional Services

The Framework Agreement will run for forty-two (42) months.

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: £3,000,000,000

two.2) Description

two.2.1) Title

Total Security Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 31100000 - Electric motors, generators and transformers
  • 31200000 - Electricity distribution and control apparatus
  • 31300000 - Insulated wire and cable
  • 31400000 - Accumulators, primary cells and primary batteries
  • 31500000 - Lighting equipment and electric lamps
  • 31600000 - Electrical equipment and apparatus
  • 31700000 - Electronic, electromechanical and electrotechnical supplies
  • 32234000 - Closed-circuit television cameras
  • 32300000 - Television and radio receivers, and sound or video recording or reproducing apparatus
  • 32500000 - Telecommunications equipment and supplies
  • 34928100 - Crash barriers
  • 34928110 - Road barriers
  • 34928120 - Barrier components
  • 34928200 - Fences
  • 34928220 - Fencing components
  • 34928300 - Safety barriers
  • 34928310 - Safety fencing
  • 34928320 - Guardrails
  • 34928450 - Bollards
  • 34928500 - Street-lighting equipment
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35100000 - Emergency and security equipment
  • 35113300 - Safety installations
  • 35120000 - Surveillance and security systems and devices
  • 35121000 - Security equipment
  • 35121100 - Buzzers
  • 35121300 - Security fittings
  • 35121400 - Security bags
  • 35121500 - Seals
  • 35121600 - Tags
  • 35121700 - Alarm systems
  • 35121800 - Convex security mirrors
  • 35121900 - Radar detectors
  • 35123400 - Identification badges
  • 35123500 - Video identification systems
  • 35124000 - Metal detectors
  • 35125000 - Surveillance system
  • 35125100 - Sensors
  • 35125110 - Biometric sensors
  • 35125200 - Time control system or working time recorder
  • 35125300 - Security cameras
  • 35613000 - Unmanned aerial vehicles
  • 35710000 - Command, control, communication and computer systems
  • 35720000 - Intelligence, surveillance, target acquisition and reconnaissance
  • 38581000 - Baggage-scanning equipment
  • 38582000 - X-ray inspection equipment
  • 39162000 - Educational equipment
  • 39162200 - Training aids and devices
  • 44212329 - Security screens
  • 44521120 - Electronic security lock
  • 44521130 - Enhanced security lock
  • 45222300 - Engineering work for security installations
  • 48300000 - Document creation, drawing, imaging, scheduling and productivity software package
  • 48500000 - Communication and multimedia software package
  • 48600000 - Database and operating software package
  • 48800000 - Information systems and servers
  • 48900000 - Miscellaneous software package and computer systems
  • 48930000 - Training and entertainment software package
  • 50000000 - Repair and maintenance services
  • 50600000 - Repair and maintenance services of security and defence materials
  • 50610000 - Repair and maintenance services of security equipment
  • 50700000 - Repair and maintenance services of building installations
  • 50800000 - Miscellaneous repair and maintenance services
  • 51000000 - Installation services (except software)
  • 51100000 - Installation services of electrical and mechanical equipment
  • 51300000 - Installation services of communications equipment
  • 51500000 - Installation services of machinery and equipment
  • 51600000 - Installation services of computers and office equipment
  • 51700000 - Installation services of fire protection equipment
  • 51900000 - Installation services of guidance and control systems
  • 71317100 - Fire and explosion protection and control consultancy services
  • 72212730 - Security software development services
  • 73431000 - Test and evaluation of security equipment
  • 75222000 - Civil defence services
  • 75231220 - Prisoner-escort services
  • 75241000 - Public security services
  • 75242000 - Public law and order services
  • 79417000 - Safety consultancy services
  • 79711000 - Alarm-monitoring services
  • 79713000 - Guard services
  • 79714000 - Surveillance services
  • 79715000 - Patrol services
  • 79716000 - Identification badge release services
  • 80510000 - Specialist training services
  • 80550000 - Safety training services
  • 80600000 - Training services in defence and security materials
  • 80610000 - Training and simulation in security equipment
  • 90711100 - Risk or hazard assessment other than for construction

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Total Security Services, including Guarding, installation and maintenance of Technical and Physical security systems and products, Consultancy Services, Security Risk Assessment and Security Awareness/Training

Lot 1 is for Total Security with a contract value of £1,500,000,000

For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60%

Price - Weighting: 40

two.2.11) Information about options

Options: No

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

Guarding Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 32234000 - Closed-circuit television cameras
  • 32300000 - Television and radio receivers, and sound or video recording or reproducing apparatus
  • 32500000 - Telecommunications equipment and supplies
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35100000 - Emergency and security equipment
  • 35120000 - Surveillance and security systems and devices
  • 35121000 - Security equipment
  • 35121100 - Buzzers
  • 35121300 - Security fittings
  • 35121400 - Security bags
  • 35121500 - Seals
  • 35121600 - Tags
  • 35121700 - Alarm systems
  • 35121800 - Convex security mirrors
  • 35121900 - Radar detectors
  • 35123400 - Identification badges
  • 35123500 - Video identification systems
  • 35124000 - Metal detectors
  • 35125000 - Surveillance system
  • 35125100 - Sensors
  • 35125110 - Biometric sensors
  • 35125200 - Time control system or working time recorder
  • 35125300 - Security cameras
  • 35613000 - Unmanned aerial vehicles
  • 35710000 - Command, control, communication and computer systems
  • 35720000 - Intelligence, surveillance, target acquisition and reconnaissance
  • 38581000 - Baggage-scanning equipment
  • 38582000 - X-ray inspection equipment
  • 75222000 - Civil defence services
  • 75231220 - Prisoner-escort services
  • 75242000 - Public law and order services
  • 79711000 - Alarm-monitoring services
  • 79713000 - Guard services
  • 79714000 - Surveillance services
  • 79715000 - Patrol services
  • 79716000 - Identification badge release services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 2 is for Guarding Services with a contract value of £800,000,000

For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.11) Information about options

Options: No

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

Physical & Technical Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 31100000 - Electric motors, generators and transformers
  • 31200000 - Electricity distribution and control apparatus
  • 31300000 - Insulated wire and cable
  • 31400000 - Accumulators, primary cells and primary batteries
  • 31500000 - Lighting equipment and electric lamps
  • 31600000 - Electrical equipment and apparatus
  • 31700000 - Electronic, electromechanical and electrotechnical supplies
  • 32234000 - Closed-circuit television cameras
  • 32300000 - Television and radio receivers, and sound or video recording or reproducing apparatus
  • 32500000 - Telecommunications equipment and supplies
  • 34928100 - Crash barriers
  • 34928110 - Road barriers
  • 34928120 - Barrier components
  • 34928200 - Fences
  • 34928220 - Fencing components
  • 34928300 - Safety barriers
  • 34928310 - Safety fencing
  • 34928320 - Guardrails
  • 34928450 - Bollards
  • 34928500 - Street-lighting equipment
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35100000 - Emergency and security equipment
  • 35113300 - Safety installations
  • 35120000 - Surveillance and security systems and devices
  • 35121000 - Security equipment
  • 35121100 - Buzzers
  • 35121300 - Security fittings
  • 35121400 - Security bags
  • 35121500 - Seals
  • 35121600 - Tags
  • 35121700 - Alarm systems
  • 35121800 - Convex security mirrors
  • 35121900 - Radar detectors
  • 35123400 - Identification badges
  • 35123500 - Video identification systems
  • 35124000 - Metal detectors
  • 35125000 - Surveillance system
  • 35125100 - Sensors
  • 35125110 - Biometric sensors
  • 35125200 - Time control system or working time recorder
  • 35125300 - Security cameras
  • 35613000 - Unmanned aerial vehicles
  • 35710000 - Command, control, communication and computer systems
  • 35720000 - Intelligence, surveillance, target acquisition and reconnaissance
  • 38581000 - Baggage-scanning equipment
  • 38582000 - X-ray inspection equipment
  • 44212329 - Security screens
  • 44521120 - Electronic security lock
  • 44521130 - Enhanced security lock
  • 45222300 - Engineering work for security installations
  • 48300000 - Document creation, drawing, imaging, scheduling and productivity software package
  • 48500000 - Communication and multimedia software package
  • 48600000 - Database and operating software package
  • 48800000 - Information systems and servers
  • 48900000 - Miscellaneous software package and computer systems
  • 50000000 - Repair and maintenance services
  • 50600000 - Repair and maintenance services of security and defence materials
  • 50610000 - Repair and maintenance services of security equipment
  • 50700000 - Repair and maintenance services of building installations
  • 50800000 - Miscellaneous repair and maintenance services
  • 51000000 - Installation services (except software)
  • 51100000 - Installation services of electrical and mechanical equipment
  • 51300000 - Installation services of communications equipment
  • 51500000 - Installation services of machinery and equipment
  • 51600000 - Installation services of computers and office equipment
  • 51700000 - Installation services of fire protection equipment
  • 51900000 - Installation services of guidance and control systems
  • 72212730 - Security software development services
  • 73431000 - Test and evaluation of security equipment
  • 75241000 - Public security services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 3 is the design, supply, installation, commission, and maintenance of Physical & Technical Security Systems/Products with a contract value of £670,000,000

For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.11) Information about options

Options: No

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

Additional Services

Lot No

4

two.2.2) Additional CPV code(s)

  • 39162000 - Educational equipment
  • 39162200 - Training aids and devices
  • 48300000 - Document creation, drawing, imaging, scheduling and productivity software package
  • 48930000 - Training and entertainment software package
  • 71317100 - Fire and explosion protection and control consultancy services
  • 79417000 - Safety consultancy services
  • 80510000 - Specialist training services
  • 80550000 - Safety training services
  • 80600000 - Training services in defence and security materials
  • 80610000 - Training and simulation in security equipment
  • 90711100 - Risk or hazard assessment other than for construction

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

(nature and quantity of works, supplies or services or indication of needs and requirements):

Lot 4 is for Additional Services including Consultancy Services, Security Risk Assessment and Security Awareness/training, with a contract value of £30,000,000

For further information concerning the scope of the services please refer to Framework Schedule 1 (Specification) of the Terms and Conditions.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.11) Information about options

Options: No

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) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-014331


Section five. Award of contract

Lot No

1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 November 2022

five.2.2) Information about tenders

Number of tenders received: 54

Number of tenders received by electronic means: 54

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

See Contracts Finder Notice for full supplier list

See Contracts Finder Notice for full supplier list

See Contracts Finder Notice for full supplier list

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

See Contracts Finder Notice for full supplier list

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £3,000,000,000


Section six. Complementary information

six.3) Additional information

The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.

As part of this contract award notice the following can be accessed at:

https://www.contractsfinder.service.gov.uk/Notice/Basic/504f4fae-9952-4052-8b01-e1705a283228#

1) Redacted Commercial Agreement

2) List of Successful Suppliers

3) Approved Customer list

4) Transparency Agenda

On 02/04/2014, Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders were required to make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications

Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

six.4) Procedures for review

six.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.crowncommercial.gov.uk/ccs

six.4.2) Body responsible for mediation procedures

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.crowncommercial.gov.uk/ccs