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

NHS SBS SECURITY SERVICES, CCTV, AND VSS FRAMEWORK (SBS10502)

  • First published: 27 January 2024
  • Last modified: 27 January 2024
  • 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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-03b44e
Published by:
NHS Shared Business Services Limited
Authority ID:
AA82666
Publication date:
27 January 2024
Deadline date:
08 March 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This Lot involves the provision of guarding services which includes manned guarding, patrols, guard dogs, sniffer dogs, bed watch services, escort services, key holding, and monitoring services of CCTV, VSS, and access control. Suppliers are required to provide suitably trained staff to support NHS and other staff when faced with violent or aggressive patients or users of community services. It includes monitoring of car park cash machine alarms and support to cash handlers / licensed cash handling services.

Bidders will deliver all the mandatory requirements as detailed in the Specification schedule of the Framework Agreement.

There are additional Selection Qualification (SQ) and Award Questionnaire (AQ) requirements, and Bidder Declarations which are applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 1 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.

For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Shared Business Services Limited

05280446

Three Cherry Tree Lane, Hemel Hempstead

Hertfordshire

HP2 7AH

UK

Contact person: Brendan Griffin-Ryan

E-mail: nsbs.categorymanagementsourcing@nhs.net

NUTS: UK

Internet address(es)

Main address: https://www.sbs.nhs.uk/

Address of the buyer profile: https://www.sbs.nhs.uk/proc-construction-estates-frameworks

I.3) Communication

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

https://discovery.ariba.com/rfx/18581898


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://discovery.ariba.com/rfx/18581898


I.4) Type of the contracting authority

Other: Public Sector Framework Provider https://www.sbs.nhs.uk/nhs-sbs-about-us

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

NHS SBS SECURITY SERVICES, CCTV, AND VSS FRAMEWORK (SBS10502)

Reference number: SBS10502

II.1.2) Main CPV code

79710000

 

II.1.3) Type of contract

Services

II.1.4) Short description

NHS Shared Business Services Limited (NHS SBS) act in an Agency capacity for and on behalf of its customers (Approved Organisations) - existing and new. These comprise of NHS and Social Care organisations (whether acting individually, or on behalf of, or together as members of any consortia) along with any other public or private sector bodies which NHS SBS authorises to use the resulting Framework Agreement.

Our Approved Organisation list can be found on:

https://sbs.nhs.uk/proc-framework-agreements-support

NHS Shared Business Services intends to put in place a Framework Agreement for the provision of Security Services, CCTV, and VSS to be used by NHS SBS Approved Organisations. It includes the following specialised Lots:

Lot 1 - Guarding Services

Lot 2 - Security Design and Assessment

Lot 3 - Supply, Installation, and Maintenance of CCTV and VSS

Lot 4 - Supply and Monitoring of Lone Working / Staff Call

Lot 5 - Supply, Installation, and Maintenance of Security Alarms, Fire Alarms, and Access Control Systems

We are committed to working with Suppliers who are dedicated to Sustainability and Social Value and there will be a significant weighting on these elements within the Invitation to Tender.

II.1.5) Estimated total value

Value excluding VAT: 125 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Guarding Services

II.2.2) Additional CPV code(s)

75241000

79713000

79715000

79993100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot involves the provision of guarding services which includes manned guarding, patrols, guard dogs, sniffer dogs, bed watch services, escort services, key holding, and monitoring services of CCTV, VSS, and access control. Suppliers are required to provide suitably trained staff to support NHS and other staff when faced with violent or aggressive patients or users of community services. It includes monitoring of car park cash machine alarms and support to cash handlers / licensed cash handling services.

Bidders will deliver all the mandatory requirements as detailed in the Specification schedule of the Framework Agreement.

There are additional Selection Qualification (SQ) and Award Questionnaire (AQ) requirements, and Bidder Declarations which are applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 1 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.

For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 55%

Quality criterion: Social Value / Weighting: 15%

Cost criterion: Commercial (Price) / Weighting: 30%

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 2

II.2.1) Title

Security Design and Assessment

II.2.2) Additional CPV code(s)

73421000

73431000

79417000

79700000

79993100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot involves the assessment of specific risks for an Approved Organisation and to advise, define, and recommend solutions to minimise risks where required or where appropriate, using highly qualified and experience advisors from the security industry. Suppliers will assist Approved Organisations in reviews, assessments, testing, and recommendations in designing holistic or specific security requirements and improvements.

Bidders will deliver all the mandatory requirements as detailed in the Specification schedule of the Framework Agreement.

There are additional Selection Qualification (SQ) and Award Questionnaire (AQ) requirements, and Bidder Declarations which are applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 2 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.

For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 55%

Quality criterion: Social Value / Weighting: 15%

Cost criterion: Commercial (Price) / Weighting: 30%

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 3

II.2.1) Title

Supply, Installation, and Maintenance of CCTV and VSS

II.2.2) Additional CPV code(s)

31625300

31650000

32234000

35121000

35125300

42961000

71700000

79711000

79993100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot involves the provision of technical advice and where required design services. It includes British Standard products and systems to meet an Approved Organisation's requirements offering appropriate installation and maintenance programmes for, but not limited to, security alarms systems, intruder alarms, panic alarm systems, access control systems, radio-frequency identification (RFID) bollards, gates, security bars, barriers, and fencing. The Supplier should be able to offer a preventative / proactive service, in addition to a reactive / emergency service.

Bidders will deliver all the mandatory requirements as detailed in the Specification schedule of the Framework Agreement.

There are additional Selection Qualification (SQ) and Award Questionnaire (AQ) requirements, and Bidder Declarations which are applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 3 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.

For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 55%

Quality criterion: Social Value / Weighting: 15%

Cost criterion: Commercial (Price) / Weighting: 30%

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 4

II.2.1) Title

Supply and Monitoring of Lone Working / Staff Call

II.2.2) Additional CPV code(s)

35121000

79711000

79714000

79993100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot provides Approved Organisations with solutions to maximise their ability to provide a safe and effective system of monitoring and supporting lone working staff. It includes the provision of staff call systems.

Bidders will deliver all the mandatory requirements as detailed in the Specification schedule of the Framework Agreement.

There are additional Selection Qualification (SQ) and Award Questionnaire (AQ) requirements, and Bidder Declarations which are applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 4 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.

For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 55%

Quality criterion: Social Value / Weighting: 15%

Cost criterion: Commercial (Price) / Weighting: 30%

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 5

II.2.1) Title

Supply, Installation, and Maintenance of Security Alarms, Fire Alarms, and Access Control Systems

II.2.2) Additional CPV code(s)

35121000

79711000

79714000

79993100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot provides Approved Organisations with options to supply and install security alarms, fire alarms, and access control systems, as well as a service for the maintenance of these systems.

Bidders will deliver all the mandatory requirements as detailed in the Specification schedule of the Framework Agreement.

There are additional Selection Qualification (SQ) and Award Questionnaire (AQ) requirements, and Bidder Declarations which are applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 5 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.

For all Lots, the maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 55%

Quality criterion: Social Value / Weighting: 15%

Cost criterion: Commercial (Price) / Weighting: 30%

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

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.1.2) 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.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement with several operators.

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:

2023/S 000-008009

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

Date: 08/03/2024

Local time: 12:00

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: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 08/03/2024

Local time: 13:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The value provided is only an estimate. NHS SBS cannot guarantee to successful Suppliers any business through this Framework Agreement. Spend and volumes may vary throughout the life of the Framework Agreement from the anticipated levels given in this notice.

VI.4) Procedures for review

VI.4.1) Review body

NHS Shared Business Services Limited

Three Cherry Tree Lane

Three Cherry Trees Lane

HP2 7AH

UK

E-mail: nsbs.categorymanagementsourcing@nhs.net

Internet address(es)

URL: https://www.sbs.nhs.uk/

VI.5) Date of dispatch of this notice

25/01/2024

Coding

Commodity categories

ID Title Parent category
79711000 Alarm-monitoring services Security services
31625300 Burglar-alarm systems Burglar and fire alarms
32234000 Closed-circuit television cameras Radio transmission apparatus with reception apparatus
42961000 Command and control system Command and control system, printing, graphics, office automation and information-processing equipment
73421000 Development of security equipment Pre-feasibility study and technological demonstration
79993100 Facilities management services Building and facilities management services
79713000 Guard services Security services
31650000 Insulating fittings Electrical equipment and apparatus
79700000 Investigation and security services Business services: law, marketing, consulting, recruitment, printing and security
71700000 Monitoring and control services Architectural, construction, engineering and inspection services
79715000 Patrol services Security services
75241000 Public security services Public security, law and order services
79417000 Safety consultancy services Business and management consultancy services
35125300 Security cameras Surveillance system
35121000 Security equipment Surveillance and security systems and devices
79710000 Security services Investigation and security services
79714000 Surveillance services Security services
73431000 Test and evaluation of security equipment Test and evaluation

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:
nsbs.categorymanagementsourcing@nhs.net
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.