Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

NICS Provision of Security and Ancillary Services 2024

  • First published: 02 July 2024
  • Last modified: 02 July 2024
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-044569
Published by:
Department for Communities
Authority ID:
AA72536
Publication date:
02 July 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Construction and Procurement Delivery (CPD), on behalf of the Participating Bodies listed in the Conditions of Contract are seeking to establish a Contract for the provision of Security and Ancillary Services at locations throughout Northern Ireland. Further details of the specific requirements at each premises or site are provided in the Building Specifications. This is a retender of the existing services which are due to expire on 31st August 2024. The Contractor will be required to: • engender and nurture a true spirit of partnership between the Contractor and the Client by providing a quality efficient service; • help provide a safe environment to enable the Client’s staff to effectively deliver frontline services and for customers to avail of these services; • integrate environmental considerations and social benefits throughout the Contract; • work with the Client to transform the services over the period of the Contract maximising the potential for available technology and reducing the cost of security for both parties; and • to maintain a robust programme of contract monitoring to ensure effective delivery of Services. The key objectives of the Contractor will be: • To meet the Contract’s Key Performance Indicators (KPIs) and deliver a quality Security and Ancillary service which complies with all relevant legislation, including Working Time Directives, Security Industry Licensing, Health and Safety, specific local security requirements, Health and Safety requirements, waste management / recycling etc. • To safeguard the Client’s premises and their contents; • To enable the staff working within the premises to carry out their business functions effectively with minimum disruption; • To ensure that all services are operated in an efficient and cost effective manner; • To ensure that the Contractor’s staff are well presented, clean and tidy, polite, of good character, respectful to others, willing to help cover the required hours and comply with local / on-site policies; • To report to the nominated representative of the Client; • To implement the NICS Security Policies in line with the Security Policy Framework; • To offer continual advice to the Client on methods of introducing value for money and innovation into the delivery of Services; and • To ensure high levels of customer satisfaction.

Full notice text

Social and other specific services – public contracts

Contract award notice

Section I: Contracting authority

I.1) Name and addresses

Department for Communities

c/o Construction Procurement Delivery, Clare House, 303 Airport Road West

BELFAST

BT3 9ED

UK

E-mail: justice.cpd@finance-ni.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.communities-ni.gov.uk/

Address of the buyer profile: https://www.finance-ni.gov.uk/topics/procurement

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

NICS Provision of Security and Ancillary Services 2024

Reference number: 5054046

II.1.2) Main CPV code

79710000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Construction and Procurement Delivery (CPD), on behalf of the Participating Bodies listed in the Conditions of Contract are seeking to establish a Contract for the provision of Security and Ancillary Services at locations throughout Northern Ireland. Further details of the specific requirements at each premises or site are provided in the Building Specifications. This is a retender of the existing services which are due to expire on 31st August 2024. The Contractor will be required to: • engender and nurture a true spirit of partnership between the Contractor and the Client by providing a quality efficient service; • help provide a safe environment to enable the Client’s staff to effectively deliver frontline services and for customers to avail of these services; • integrate environmental considerations and social benefits throughout the Contract; • work with the Client to transform the services over the period of the Contract maximising the potential for available technology and reducing the cost of security for both parties; and • to maintain a robust programme of contract monitoring to ensure effective delivery of Services. The key objectives of the Contractor will be: • To meet the Contract’s Key Performance Indicators (KPIs) and deliver a quality Security and Ancillary service which complies with all relevant legislation, including Working Time Directives, Security Industry Licensing, Health and Safety, specific local security requirements, Health and Safety requirements, waste management / recycling etc. • To safeguard the Client’s premises and their contents; • To enable the staff working within the premises to carry out their business functions effectively with minimum disruption; • To ensure that all services are operated in an efficient and cost effective manner; • To ensure that the Contractor’s staff are well presented, clean and tidy, polite, of good character, respectful to others, willing to help cover the required hours and comply with local / on-site policies; • To report to the nominated representative of the Client; • To implement the NICS Security Policies in line with the Security Policy Framework; • To offer continual advice to the Client on methods of introducing value for money and innovation into the delivery of Services; and • To ensure high levels of customer satisfaction.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 140 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Lot One

II.2.2) Additional CPV code(s)

79711000

79714000

79715000

35121000

79993100

64122000

79992000

79500000

98341120

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

Construction and Procurement Delivery (CPD), on behalf of the Participating Bodies listed in the Conditions of Contract are seeking to establish a Contract for the provision of Security and Ancillary Services at locations throughout Northern Ireland. Further details of the specific requirements at each premises or site are provided in the Building Specifications. This is a retender of the existing services which are due to expire on 31st August 2024. The Contractor will be required to: • engender and nurture a true spirit of partnership between the Contractor and the Client by providing a quality efficient service; • help provide a safe environment to enable the Client’s staff to effectively deliver frontline services and for customers to avail of these services; • integrate environmental considerations and social benefits throughout the Contract; • work with the Client to transform the services over the period of the Contract maximising the potential for available technology and reducing the cost of security for both parties; and • to maintain a robust programme of contract monitoring to ensure effective delivery of Services. The key objectives of the Contractor will be: • To meet the Contract’s Key Performance Indicators (KPIs) and deliver a quality Security and Ancillary service which complies with all relevant legislation, including Working Time Directives, Security Industry Licensing, Health and Safety, specific local security requirements, Health and Safety requirements, waste management / recycling etc. • To safeguard the Client’s premises and their contents; • To enable the staff working within the premises to carry out their business functions effectively with minimum disruption; • To ensure that all services are operated in an efficient and cost effective manner; • To ensure that the Contractor’s staff are well presented, clean and tidy, polite, of good character, respectful to others, willing to help cover the required hours and comply with local / on-site policies; • To report to the nominated representative of the Client; • To implement the NICS Security Policies in line with the Security Policy Framework; • To offer continual advice to the Client on methods of introducing value for money and innovation into the delivery of Services; and • To ensure high levels of customer satisfaction.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Lot Two

II.2.2) Additional CPV code(s)

79711000

79714000

79715000

35121000

79993100

64122000

79992000

79500000

98341120

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

Construction and Procurement Delivery (CPD), on behalf of the Participating Bodies listed in the Conditions of Contract are seeking to establish a Contract for the provision of Security and Ancillary Services at locations throughout Northern Ireland. Further details of the specific requirements at each premises or site are provided in the Building Specifications. This is a retender of the existing services which are due to expire on 31st August 2024. The Contractor will be required to: • engender and nurture a true spirit of partnership between the Contractor and the Client by providing a quality efficient service; • help provide a safe environment to enable the Client’s staff to effectively deliver frontline services and for customers to avail of these services; • integrate environmental considerations and social benefits throughout the Contract; • work with the Client to transform the services over the period of the Contract maximising the potential for available technology and reducing the cost of security for both parties; and • to maintain a robust programme of contract monitoring to ensure effective delivery of Services. The key objectives of the Contractor will be: • To meet the Contract’s Key Performance Indicators (KPIs) and deliver a quality Security and Ancillary service which complies with all relevant legislation, including Working Time Directives, Security Industry Licensing, Health and Safety, specific local security requirements, Health and Safety requirements, waste management / recycling etc. • To safeguard the Client’s premises and their contents; • To enable the staff working within the premises to carry out their business functions effectively with minimum disruption; • To ensure that all services are operated in an efficient and cost effective manner; • To ensure that the Contractor’s staff are well presented, clean and tidy, polite, of good character, respectful to others, willing to help cover the required hours and comply with local / on-site policies; • To report to the nominated representative of the Client; • To implement the NICS Security Policies in line with the Security Policy Framework; • To offer continual advice to the Client on methods of introducing value for money and innovation into the delivery of Services; and • To ensure high levels of customer satisfaction.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Lot Three

II.2.2) Additional CPV code(s)

79711000

79714000

79715000

35121000

79993100

64122000

79992000

79500000

98341120

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

Construction and Procurement Delivery (CPD), on behalf of the Participating Bodies listed in the Conditions of Contract are seeking to establish a Contract for the provision of Security and Ancillary Services at locations throughout Northern Ireland. Further details of the specific requirements at each premises or site are provided in the Building Specifications. This is a retender of the existing services which are due to expire on 31st August 2024. The Contractor will be required to: • engender and nurture a true spirit of partnership between the Contractor and the Client by providing a quality efficient service; • help provide a safe environment to enable the Client’s staff to effectively deliver frontline services and for customers to avail of these services; • integrate environmental considerations and social benefits throughout the Contract; • work with the Client to transform the services over the period of the Contract maximising the potential for available technology and reducing the cost of security for both parties; and • to maintain a robust programme of contract monitoring to ensure effective delivery of Services. The key objectives of the Contractor will be: • To meet the Contract’s Key Performance Indicators (KPIs) and deliver a quality Security and Ancillary service which complies with all relevant legislation, including Working Time Directives, Security Industry Licensing, Health and Safety, specific local security requirements, Health and Safety requirements, waste management / recycling etc. • To safeguard the Client’s premises and their contents; • To enable the staff working within the premises to carry out their business functions effectively with minimum disruption; • To ensure that all services are operated in an efficient and cost effective manner; • To ensure that the Contractor’s staff are well presented, clean and tidy, polite, of good character, respectful to others, willing to help cover the required hours and comply with local / on-site policies; • To report to the nominated representative of the Client; • To implement the NICS Security Policies in line with the Security Policy Framework; • To offer continual advice to the Client on methods of introducing value for money and innovation into the delivery of Services; and • To ensure high levels of customer satisfaction.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-006934

Section V: Award of contract

Lot No: 1

Contract No: 1

Title: Lot One

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/07/2024

V.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 4

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

V.2.3) Name and address of the contractor

G4S SECURE SOLUTIONS UK LTD

c/o Construction Procurement Delivery, Clare House, 303 Airport Road West

SUTTON

SM1 4LD

UK

E-mail: ian.melanophy@uk.g4s.com

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: No

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

Total value of the contract/lot: : 47 180 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Contract No: 2

Title: Lot Two

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/07/2024

V.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 4

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

V.2.3) Name and address of the contractor

G4S SECURE SOLUTIONS UK LTD

Sutton Park House

SUTTON

SM1 4LD

UK

E-mail: ian.melanophy@uk.g4s.com

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: No

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

Total value of the contract/lot: : 24 626 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Contract No: 3

Title: Lot Three

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/07/2024

V.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 4

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

V.2.3) Name and address of the contractor

G4S SECURE SOLUTIONS UK LTD

Sutton Park House

SUTTON

SM1 4LD

UK

E-mail: ian.melanophy@uk.g4s.com

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: No

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

Total value of the contract/lot: : 68 194 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

Contract Value. The figure indicated in Section V 2.4 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract.. Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Notice of Unsatisfactory Performance and the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can result in the Contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of three years from the date of issue.

VI.4) Procedures for review

VI.4.1) Review body

The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued.

N/A

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

CPD complied with the Public Contracts Regulations 2015 and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.

VI.5) Date of dispatch of this notice

01/07/2024

Coding

Commodity categories

ID Title Parent category
79711000 Alarm-monitoring services Security services
79993100 Facilities management services Building and facilities management services
64122000 Internal office mail and messenger services Courier services
79500000 Office-support services Business services: law, marketing, consulting, recruitment, printing and security
79715000 Patrol services Security services
98341120 Portering services Accommodation services
79992000 Reception services Miscellaneous business-related services
35121000 Security equipment Surveillance and security systems and devices
79710000 Security services Investigation and security services
79714000 Surveillance services Security services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
justice.cpd@finance-ni.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.