Contract award notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
High Speed Two (HS2) Limited
High Speed Two (HS2) Limited, Two Snowhill, Snowhill Queensway
Birmingham
B4 6GA
UK
E-mail: Emily.Scott@hs2.org.uk
NUTS: UK
Internet address(es)
Main address: https://www.hs2.org.uk/
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
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.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
150 000 000.00
GBP
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 specialist security services 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 95 380 824 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
Quality criterion: ITT Technical Criteria
/ Weighting: 60%
Quality criterion: ITT Social Value Criteria
/ Weighting: 10%
Cost criterion: ITT Commercial Criteria
/ Weighting: 30%
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 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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 000-023011
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
Section V: Award of contract
Contract No: C1000_3687
Title: Specialist Security Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
21/12/2023
V.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Control Risks Group Limited
Cottons Centre, Cottons Lane
London
SE1 2QG
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 150 000 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 60 %
Section VI: Complementary information
VI.3) Additional information
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
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
04/01/2024