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 Notice

Specialist Security Services

  • First published: 19 August 2022
  • Last modified: 19 August 2022

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-036008
Published by:
HS2
Authority ID:
AA77354
Publication date:
19 August 2022
Deadline date:
27 September 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The procurement is for a Contractor to provide the services described in the procurement documents under an amended NEC3 Term Service Contract (Option A and Option E) for an initial period of 5 years with the option to extend, at HS2 Ltd’s sole discretion, for up to a further 2 years via single or multiple fixed term increments. It is envisaged that the total value of the contract will be between 94 515 000 GBP and 150 000 000 GBP with the value being dependent upon service requirement.

Incident management and response, proactive area patrolling, close personal protection and management of locked on protesters is a very specialist service environment and as such a Specialist Security Services Contractor is to be procured to deliver a services contract. The Contractor will carry out the operations safely, effectively and with minimum impact on the HS2 programme, whilst operating at the highest safety and operational levels to minimise the reputational impact on HS2 Ltd and the HS2 project. The Contractor is expected to be insight led, with gathering of insight forming a significant part of the contract, the remainder being reactive to incident.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

HS2

High Speed Two (HS2) Ltd, Two Snowhill, Queensway

Birmingham

B4 6GA

UK

Contact person: James Patterson

E-mail: james.patterson@hs2.org.uk

NUTS: UK

Internet address(es)

Main address: https://www.hs2.org.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://hs2.bravosolution.co.uk/web/index.html


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://hs2.bravosolution.co.uk/web/index.html


Tenders or requests to participate must be sent to the abovementioned address


I.6) Main activity

Railway services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Specialist Security Services

Reference number: 2255

II.1.2) Main CPV code

79710000

 

II.1.3) Type of contract

Services

II.1.4) Short description

High Speed Two (HS2) Limited (‘HS2 Ltd’) is seeking to procure a Specialist Security Services contract to provide security and maintain the protection of HS2 Ltd’s sites, assets and people.

The appointed Contractor is to provide safe and effective incident management and response, proactive area patrolling, close personal protection and management of locked on protesters. The appointed Contractor is to carry out these operations with minimal impact on the HS2 programme, whilst operating at the highest safety and operational levels to minimise any reputational impact on HS2 Ltd and the HS2 project.

The Contractor is expected to be insight led, with gathering of insight forming a significant part of the contract, the remainder being reactive to incident.

In order to gain access to the PQQ documentation please create a free account on HS2 Ltd’s e-sourcing portal, JAGGAER, by following this link and clicking register - https://hs2.bravosolution.co.uk. If you already have an account, you will not need to register again. Once you have an account you will need to express your interest by emailing the procurement managers James Patterson (james.patterson@hs2.org.uk) and Robert Mercer (robert.mercer@hs2.org.uk) confirming the email address that is linked to your JAGGAER account, you will then be added to the PQQ.

II.1.5) Estimated total value

Value excluding VAT: 150 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The procurement is for a Contractor to provide the services described in the procurement documents under an amended NEC3 Term Service Contract (Option A and Option E) for an initial period of 5 years with the option to extend, at HS2 Ltd’s sole discretion, for up to a further 2 years via single or multiple fixed term increments. It is envisaged that the total value of the contract will be between 94 515 000 GBP and 150 000 000 GBP with the value being dependent upon service requirement.

Incident management and response, proactive area patrolling, close personal protection and management of locked on protesters is a very specialist service environment and as such a Specialist Security Services Contractor is to be procured to deliver a services contract. The Contractor will carry out the operations safely, effectively and with minimum impact on the HS2 programme, whilst operating at the highest safety and operational levels to minimise the reputational impact on HS2 Ltd and the HS2 project. The Contractor is expected to be insight led, with gathering of insight forming a significant part of the contract, the remainder being reactive to incident.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 150 000 000.00  GBP

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

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

The initial contract period is 60 months and there is an option to extend the contract, at HS2 Ltd’s sole discretion, for up to a further 24 months via single or multiple fixed term increments. The estimated values quoted in this notice include allowance for the contract extension.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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 III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

As set out in the procurement documents.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.1.4) Objective rules and criteria for participation

As set out in the procurement documents.

III.1.6) Deposits and guarantees required:

As set out in the procurement documents.

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

As set out in the procurement documents.

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

As set out in the procurement documents.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As set out in the procurement documents.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 27/09/2022

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 06/02/2023

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 10 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

1) To express interest Applicants must complete the Pre-Qualification Questionnaire (PQQ) on the HS2 eSourcing portal strictly in accordance with the submission deadline stated in the procurement documents. Please note that the PQQ submission deadline is a precise time and Applicants should allow sufficient time to upload their completed PQQs;

2) HS2 Ltd will accept expressions of interest and tenders from a number of bidding models, including single entities or consortia. An Applicant may only submit one PQQ. HS2 Ltd will not accept multiple PQQs from the same organisation/economic operators, or from multiple organisations/economic operators within the same corporate group or otherwise under common ownership (whether as single Applicant or as party to a consortium);

3) All Applicants are required to express an interest by registering on the HS2 e-Sourcing portal (https://hs2.bravosolution.co.uk/web/index.html). Registration is only required once;

4) For further assistance on use of the HS2 e-Sourcing portal Applicants should contact the portal's helpdesk which is available Monday to Friday (08:00-18:00) GMT via:

- email: help_uk@jaggaer.com or

- telephone: +44 800 069 8630;

5) Access to the procurement documents will be conditional on the Applicant agreeing to abide by the terms of an electronic confidentiality agreement. If agreement is not received the procurement documents will remain hidden within the HS2 e-sourcing portal.

6) A response to this Contract Notice does not guarantee that an Applicant will be invited to tender. The procurement process may be terminated or suspended at any time without cost or liability to HS2 Ltd. HS2 Ltd does not bind itself to enter into any contract arising out of the procurement procedure envisaged by this Contract Notice. No contractual rights express or implied arise out of this Contract Notice or the procurement procedure envisaged by it. HS2 Ltd reserves the right to vary its requirements and the procedure relating to the conduct of the award process. HS2 Ltd reserves the right to disqualify any Applicants on terms set out in the PQQ;

7) Applicants (and subsequently Tenderers) shall be solely responsible for and liable for all costs associated with and arising out of or in connection with responding to this Contract Notice and any PQQ and with submitting any tender, howsoever incurred;

8) HS2 Ltd embraces diversity and welcomes PQQs from all suitably skilled and experienced economic operators of all sizes who can meet the requirements, regardless of gender, ethnicity, sexual orientation, faith, disability or age of supplier workforce and/or ownership;

9) There is no guarantee, express or implied, that appointed Contractor will receive any, or a particular volume or value of work.

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, Strand

London

WC2A2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Precise information on deadline(s) for review procedures:

HS2 Ltd will incorporate a minimum of 10 (ten) calendar day standstill period at the point information on the award of the contract and the reasons for the decision will be communicated to Tenderers.

VI.5) Date of dispatch of this notice

18/08/2022

Coding

Commodity categories

ID Title Parent category
79710000 Security services Investigation and 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:
james.patterson@hs2.org.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.