Lots
Divided into 4 lots
Manned security guarding services
Lot number: 1 Description
Lot 1 Services will provide static manned guarding security services to support the safety of Council employee’s, Elected Members, suppliers, contractors and members of the public and the protection of Premises
CPV classifications
- 79710000 - Security services
Lot value (estimated)
1600000 GBP Excluding VAT
1920000 GBP Including VAT
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
01 October 2025, 00:00AM
Contract end date (estimated)
30 September 2026, 23:59PM
Extension end date (estimated)
30 September 2027, 23:59PM
Can the contract be extended?
Yes
Description of extensions
The Council reserves the right to extend/renew the Contract up to a further 1 year. Any extension may be subject to further approval by Council Committee, availability of funding and satisfactory performance of the Contractor.
Does the lot include options?
Yes
Description of options
The Council reserves the right to add the following additional requirements to the Service under this Contract during the Contract Period: -
- Other related security/event stewarding type services related to the Premises/Service that are not already included for (e.g. consideration of technology replacement instead of manned guarding, event support, event set up/tidy up, security consultancy/ planning) provided the Contractor has the capacity, capability and suitably experience to provide the additional services at the time of being required.
- Additional Premises/events not listed. This may be in response to additional Premises/events being identified and/or changes in how the Council’s in house security services are resourced and delivered.
- Temporary support for the Council’s in house operations to cover any shortfall in available resources.
- Introduce required changes associated with the Service to the Specification to accommodate changes to the Council’s operational model and working practices e.g. functional re-structuring, new customer hub, insourcing/outsourcing strategies etc;
- Major incident/ one off events support
- Use of the Contract by other subsidiaries, affiliates and externally operated venues/ sites associated with the Council ‘Others’ (e.g. Belfast and Waterfront Hall, Community Hubs, Leisure Centres, Business Parks, Visit Belfast etc).
Large scale projects or changes may be subject to price negotiation based on economies of scale. The Council reserves the right to explore/ use other procurement options in all circumstances where VFM is not demonstrated.
The Council reserves the right to add or remove Premises/events from the Contract in line with the Council’s requirements. Where the Council identifies an additional Premises/event to be added the Contractor will expected to price based similar Premises/ tasks priced in the Pricing Schedule.
Any contract variation may be subject to further Council internal approvals and be in accordance with the provisions of the Procurement Act.
Description of how multiple lots may be awarded
In the event that a Bidder is successful in the award of more than one Lot, the Council may re-assess the relevant Conditions of Participation and award criteria to determine that the Bidder has the necessary capacity and/or capability to deliver the combined Lots. This many included, but not limited to:
• Re-assessment of the financial standing assessment using relevant combined Lot values;
• Reassessment of the Bidders experience based on the relevant combined Lot values;
• Any other relevant information provided by the Bidder.
Should the Council determine, at its absolute discretion, that a Bidder does not have the capacity and/or capability to be awarded more than one Lot then an award decision will be based on the Lot preference as indicated by the Bidder in the Qualification Envelope and the best VFM outcome for the Council.
Participation
Conditions of participation
Modern Slavery Statement
GDPR compliance
Safeguarding
Insurances
More detail is provided in the ITT
Conditions of participation
Company Experience
H&S Management Systems
Social Value Procurement Policy - Organisational Behaviours
Contractor Standards
More detail is provided in the ITT
Award criteria
Type: quality
Name
Implementation and Mobilisation Plans
Weighting: 10
Weighting type: percentageExact
Type: quality
Name
Standards of Service
Weighting: 15
Weighting type: percentageExact
Type: quality
Name
Work planning and resourcing
Weighting: 10
Weighting type: percentageExact
Type: quality
Name
Contract and Performance Management
Weighting: 10
Weighting type: percentageExact
Type: quality
Name
Social Value
Weighting: 15
Weighting type: percentageExact
Type: price
Name
Cost
Weighting: 40
Weighting type: percentageExact
Event stewarding services
Lot number: 2 Description
Lot 2 Services will provide event stewarding and security services to support crowd safety and the protection of people and property at events and public gatherings organised by, or on behalf of the Council.
CPV classifications
- 79952000 - Event services
Lot value (estimated)
500000 GBP Excluding VAT
600000 GBP Including VAT
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
01 October 2025, 00:00AM
Contract end date (estimated)
30 September 2026, 23:59PM
Extension end date (estimated)
30 September 2027, 23:59PM
Can the contract be extended?
Yes
Description of extensions
The Council reserves the right to extend/renew the Contract up to a further 1 year. Any extension may be subject to further approval by Council Committee, availability of funding and satisfactory performance of the Contractor.
Does the lot include options?
Yes
Description of options
The Council reserves the right to add the following additional requirements to the Service under this Contract during the Contract Period: -
- Other related security/event stewarding type services related to the Premises/Service that are not already included for (e.g. consideration of technology replacement instead of manned guarding, event support, event set up/tidy up, security consultancy/ planning) provided the Contractor has the capacity, capability and suitably experience to provide the additional services at the time of being required.
- Additional Premises/events not listed. This may be in response to additional Premises/events being identified and/or changes in how the Council’s in house security services are resourced and delivered.
- Temporary support for the Council’s in house operations to cover any shortfall in available resources.
- Introduce required changes associated with the Service to the Specification to accommodate changes to the Council’s operational model and working practices e.g. functional re-structuring, new customer hub, insourcing/outsourcing strategies etc;
- Major incident/ one off events support
- Use of the Contract by other subsidiaries, affiliates and externally operated venues/ sites associated with the Council ‘Others’ (e.g. Belfast and Waterfront Hall, Community Hubs, Leisure Centres, Business Parks, Visit Belfast etc).
Large scale projects or changes may be subject to price negotiation based on economies of scale. The Council reserves the right to explore/ use other procurement options in all circumstances where VFM is not demonstrated.
The Council reserves the right to add or remove Premises/events from the Contract in line with the Council’s requirements. Where the Council identifies an additional Premises/event to be added the Contractor will expected to price based similar Premises/ tasks priced in the Pricing Schedule.
Any contract variation may be subject to further Council internal approvals and be in accordance with the provisions of the Procurement Act.
Description of how multiple lots may be awarded
In the event that a Bidder is successful in the award of more than one Lot, the Council may re-assess the relevant Conditions of Participation and award criteria to determine that the Bidder has the necessary capacity and/or capability to deliver the combined Lots. This many included, but not limited to:
• Re-assessment of the financial standing assessment using relevant combined Lot values;
• Reassessment of the Bidders experience based on the relevant combined Lot values;
• Any other relevant information provided by the Bidder.
Should the Council determine, at its absolute discretion, that a Bidder does not have the capacity and/or capability to be awarded more than one Lot then an award decision will be based on the Lot preference as indicated by the Bidder in the Qualification Envelope and the best VFM outcome for the Council.
Participation
Conditions of participation
Modern Slavery Statement
GDPR compliance
Safeguarding
Insurances
More detail is provided in the ITT
Conditions of participation
Company Experience
H&S Management Systems
Social Value Procurement Policy - Organisational Behaviours
Contractor Standards
More detail is provided in the ITT
Participation
Conditions of participation
Modern Slavery Statement
GDPR compliance
Safeguarding
Insurances
More detail is provided in the ITT
Conditions of participation
Company Experience
H&S Management Systems
Social Value Procurement Policy - Organisational Behaviours
Contractor Standards
More detail is provided in the ITT
Award criteria
Type: quality
Name
Implementation and Mobilisation Plans
Weighting: 10
Weighting type: percentageExact
Type: quality
Name
Standards of Service
Weighting: 15
Weighting type: percentageExact
Type: quality
Name
Work planning and resourcing
Weighting: 10
Weighting type: percentageExact
Type: quality
Name
Contract and Performance Management
Weighting: 10
Weighting type: percentageExact
Type: quality
Name
Social Value
Weighting: 15
Weighting type: percentageExact
Type: price
Name
Cost
Weighting: 40
Weighting type: percentageExact
Award criteria
Type: quality
Name
Implementation and Mobilisation Plans
Weighting: 10
Weighting type: percentageExact
Type: quality
Name
Standards of Service
Weighting: 15
Weighting type: percentageExact
Type: quality
Name
Work planning and resourcing
Weighting: 10
Weighting type: percentageExact
Type: quality
Name
Contract and Performance Management
Weighting: 10
Weighting type: percentageExact
Type: quality
Name
Social Value
Weighting: 15
Weighting type: percentageExact
Type: price
Name
Cost
Weighting: 40
Weighting type: percentageExact
Key holding services
Lot number: 3 Description
Lot 3 Services provides key holding services to cover for incidents and activations outside of the normal operating hours of fire alarms, security alarms and any other occurrences.
CPV classifications
- 79710000 - Security services
Lot value (estimated)
150000 GBP Excluding VAT
180000 GBP Including VAT
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
01 October 2025, 00:00AM
Contract end date (estimated)
30 September 2026, 23:59PM
Extension end date (estimated)
30 September 2027, 23:59PM
Can the contract be extended?
Yes
Description of extensions
The Council reserves the right to extend/renew the Contract up to a further 1 year. Any extension may be subject to further approval by Council Committee, availability of funding and satisfactory performance of the Contractor.
Does the lot include options?
Yes
Description of options
The Council reserves the right to add the following additional requirements to the Service under this Contract during the Contract Period: -
- Other related security/event stewarding type services related to the Premises/Service that are not already included for (e.g. consideration of technology replacement instead of manned guarding, event support, event set up/tidy up, security consultancy/ planning) provided the Contractor has the capacity, capability and suitably experience to provide the additional services at the time of being required.
- Additional Premises/events not listed. This may be in response to additional Premises/events being identified and/or changes in how the Council’s in house security services are resourced and delivered.
- Temporary support for the Council’s in house operations to cover any shortfall in available resources.
- Introduce required changes associated with the Service to the Specification to accommodate changes to the Council’s operational model and working practices e.g. functional re-structuring, new customer hub, insourcing/outsourcing strategies etc;
- Major incident/ one off events support
- Use of the Contract by other subsidiaries, affiliates and externally operated venues/ sites associated with the Council ‘Others’ (e.g. Belfast and Waterfront Hall, Community Hubs, Leisure Centres, Business Parks, Visit Belfast etc).
Large scale projects or changes may be subject to price negotiation based on economies of scale. The Council reserves the right to explore/ use other procurement options in all circumstances where VFM is not demonstrated.
The Council reserves the right to add or remove Premises/events from the Contract in line with the Council’s requirements. Where the Council identifies an additional Premises/event to be added the Contractor will expected to price based similar Premises/ tasks priced in the Pricing Schedule.
Any contract variation may be subject to further Council internal approvals and be in accordance with the provisions of the Procurement Act.
Description of how multiple lots may be awarded
In the event that a Bidder is successful in the award of more than one Lot, the Council may re-assess the relevant Conditions of Participation and award criteria to determine that the Bidder has the necessary capacity and/or capability to deliver the combined Lots. This many included, but not limited to:
• Re-assessment of the financial standing assessment using relevant combined Lot values;
• Reassessment of the Bidders experience based on the relevant combined Lot values;
• Any other relevant information provided by the Bidder.
Should the Council determine, at its absolute discretion, that a Bidder does not have the capacity and/or capability to be awarded more than one Lot then an award decision will be based on the Lot preference as indicated by the Bidder in the Qualification Envelope and the best VFM outcome for the Council.
Participation
Conditions of participation
Modern Slavery Statement
Safeguarding
Insurances
More detail is provided in the ITT
Conditions of participation
Company Experience
H&S Management Systems
Social Value Procurement Policy - Organisational Behaviours
Contractor Standards
More detail is provided in the ITT
Participation
Conditions of participation
Modern Slavery Statement
Safeguarding
Insurances
More detail is provided in the ITT
Conditions of participation
Company Experience
H&S Management Systems
Social Value Procurement Policy - Organisational Behaviours
Contractor Standards
More detail is provided in the ITT
Award criteria
Type: quality
Name
Implementation and Mobilisation Plans
Weighting: 10
Weighting type: percentageExact
Type: quality
Name
Standards of Service
Weighting: 15
Weighting type: percentageExact
Type: quality
Name
Work planning and resourcing
Weighting: 10
Weighting type: percentageExact
Type: quality
Name
Contract and Performance Management
Weighting: 10
Weighting type: percentageExact
Type: quality
Name
Social Value
Weighting: 15
Weighting type: percentageExact
Type: price
Name
Cost
Weighting: 40
Weighting type: percentageExact
Award criteria
Type: quality
Name
Implementation and Mobilisation Plans
Weighting: 10
Weighting type: percentageExact
Type: quality
Name
Standards of Service
Weighting: 15
Weighting type: percentageExact
Type: quality
Name
Work planning and resourcing
Weighting: 10
Weighting type: percentageExact
Type: quality
Name
Contract and Performance Management
Weighting: 10
Weighting type: percentageExact
Type: quality
Name
Social Value
Weighting: 15
Weighting type: percentageExact
Type: price
Name
Cost
Weighting: 40
Weighting type: percentageExact
Mobile stewarding/ patrolling services
Lot number: 4 Description
Lot 4 Services provides mobile patrolling services to primarily cover stewarding/patrolling service at the Council’s public toilets/conveniences located throughout the city with the aim to reduce anti-social behaviour and promote safety of staff and members of the public.
CPV classifications
- 79715000 - Patrol services
Lot value (estimated)
250000 GBP Excluding VAT
300000 GBP Including VAT
Sustainability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
Contract start date (estimated)
01 October 2025, 00:00AM
Contract end date (estimated)
30 September 2026, 23:59PM
Extension end date (estimated)
30 September 2027, 23:59PM
Can the contract be extended?
Yes
Description of extensions
The Council reserves the right to extend/renew the Contract up to a further 1 year. Any extension may be subject to further approval by Council Committee, availability of funding and satisfactory performance of the Contractor.
Does the lot include options?
Yes
Description of options
The Council reserves the right to add the following additional requirements to the Service under this Contract during the Contract Period: -
- Other related security/event stewarding type services related to the Premises/Service that are not already included for (e.g. consideration of technology replacement instead of manned guarding, event support, event set up/tidy up, security consultancy/ planning) provided the Contractor has the capacity, capability and suitably experience to provide the additional services at the time of being required.
- Additional Premises/events not listed. This may be in response to additional Premises/events being identified and/or changes in how the Council’s in house security services are resourced and delivered.
- Temporary support for the Council’s in house operations to cover any shortfall in available resources.
- Introduce required changes associated with the Service to the Specification to accommodate changes to the Council’s operational model and working practices e.g. functional re-structuring, new customer hub, insourcing/outsourcing strategies etc;
- Major incident/ one off events support
- Use of the Contract by other subsidiaries, affiliates and externally operated venues/ sites associated with the Council ‘Others’ (e.g. Belfast and Waterfront Hall, Community Hubs, Leisure Centres, Business Parks, Visit Belfast etc).
Large scale projects or changes may be subject to price negotiation based on economies of scale. The Council reserves the right to explore/ use other procurement options in all circumstances where VFM is not demonstrated.
The Council reserves the right to add or remove Premises/events from the Contract in line with the Council’s requirements. Where the Council identifies an additional Premises/event to be added the Contractor will expected to price based similar Premises/ tasks priced in the Pricing Schedule.
Any contract variation may be subject to further Council internal approvals and be in accordance with the provisions of the Procurement Act.
Description of how multiple lots may be awarded
In the event that a Bidder is successful in the award of more than one Lot, the Council may re-assess the relevant Conditions of Participation and award criteria to determine that the Bidder has the necessary capacity and/or capability to deliver the combined Lots. This many included, but not limited to:
• Re-assessment of the financial standing assessment using relevant combined Lot values;
• Reassessment of the Bidders experience based on the relevant combined Lot values;
• Any other relevant information provided by the Bidder.
Should the Council determine, at its absolute discretion, that a Bidder does not have the capacity and/or capability to be awarded more than one Lot then an award decision will be based on the Lot preference as indicated by the Bidder in the Qualification Envelope and the best VFM outcome for the Council.
Participation
Conditions of participation
Modern Slavery Statement
Safeguarding
Insurances
More detail is provided in the ITT
Conditions of participation
Company Experience
H&S Management Systems
Social Value Procurement Policy - Organisational Behaviours
Contractor Standards
More detail is provided in the ITT
Participation
Conditions of participation
Modern Slavery Statement
Safeguarding
Insurances
More detail is provided in the ITT
Conditions of participation
Company Experience
H&S Management Systems
Social Value Procurement Policy - Organisational Behaviours
Contractor Standards
More detail is provided in the ITT
Award criteria
Type: quality
Name
Implementation and Mobilisation Plans
Weighting: 10
Weighting type: percentageExact
Type: quality
Name
Standards of Service
Weighting: 15
Weighting type: percentageExact
Type: quality
Name
Work planning and resourcing
Weighting: 10
Weighting type: percentageExact
Type: quality
Name
Contract and Performance Management
Weighting: 10
Weighting type: percentageExact
Type: quality
Name
Social Value
Weighting: 15
Weighting type: percentageExact
Type: price
Name
Cost
Weighting: 40
Weighting type: percentageExact
Award criteria
Type: quality
Name
Implementation and Mobilisation Plans
Weighting: 10
Weighting type: percentageExact
Type: quality
Name
Standards of Service
Weighting: 15
Weighting type: percentageExact
Type: quality
Name
Work planning and resourcing
Weighting: 10
Weighting type: percentageExact
Type: quality
Name
Contract and Performance Management
Weighting: 10
Weighting type: percentageExact
Type: quality
Name
Social Value
Weighting: 15
Weighting type: percentageExact
Type: price
Name
Cost
Weighting: 40
Weighting type: percentageExact