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.

UK4

T2537 - Security guarding and event stewarding services

  • First published: 03 June 2025
  • Last modified: 03 June 2025
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-05291f
Published by:
Belfast City Council
Authority ID:
AA20440
Publication date:
03 June 2025
Deadline date:
25 June 2025
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This ITT has been issued by the Council in connection with a competitive tendering procedure being conducted in accordance with the Act.The Council invites Tenders from suitably qualified and experienced economic operators ‘Bidders’ for security guarding and event stewarding services.This ITT sets out the information which is required by the Council to assess the suitability of Bidders' legal and financial capacity and technical ability ‘Conditions of Participation’ to meet the ITT requirement. In addition to this, quality, social value, and pricing proposals ‘Award Criteria’ will also be assessed before any contract award is made.

Full notice text

Scope

Procurement reference

T2537

Procurement description

This ITT has been issued by the Council in connection with a competitive tendering procedure being conducted in accordance with the Act.

The Council invites Tenders from suitably qualified and experienced economic operators ‘Bidders’ for security guarding and event stewarding services.

This ITT sets out the information which is required by the Council to assess the suitability of Bidders' legal and financial capacity and technical ability ‘Conditions of Participation’ to meet the ITT requirement. In addition to this, quality, social value, and pricing proposals ‘Award Criteria’ will also be assessed before any contract award is made.

Main category

Services

Delivery regions

  • UKN06 - Belfast

Total value (estimated, excluding VAT)

2500000 GBP to 2500000GBP

Contract dates (estimated)

01 October 2025, 00:00AM to 30 September 2026, 23:59PM

Extension end date (if all the extensions are used): 30 September 2027

Contracting authority

Belfast City Council

Identification register:

  • GB-PPON

Address 1: 9-21 Adelaide Street

Town/City: Belfast

Postcode: BT2 8DJ

Country: United Kingdom

Public Procurement Organisation Number: PQXY-5321-CGZM

NUTS code: UKN06

Contact name: Lewis Murray

Email: cps@belfastcity.gov.uk

Organisation type: Public authority - sub-central government

Devolved regulations that apply: Northern Ireland

Procedure

Procedure type

Open procedure

Is this procurement under a special regime?

Light touch

Is the total value above threshold?

Above threshold

Trade agreements

Government Procurement Agreement (GPA)

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

Delivery regions

  • UKN06 - Belfast

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

Economic

Conditions of participation

Modern Slavery Statement

GDPR compliance

Safeguarding

Insurances

More detail is provided in the ITT

Conditions

Economic

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

Delivery regions

  • UKN06 - Belfast

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

Economic

Conditions of participation

Modern Slavery Statement

GDPR compliance

Safeguarding

Insurances

More detail is provided in the ITT

Conditions

Economic

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

Economic

Conditions of participation

Modern Slavery Statement

GDPR compliance

Safeguarding

Insurances

More detail is provided in the ITT

Conditions

Economic

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

Delivery regions

  • UKN06 - Belfast

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

Economic

Conditions of participation

Modern Slavery Statement

Safeguarding

Insurances

More detail is provided in the ITT

Conditions

Economic

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

Economic

Conditions of participation

Modern Slavery Statement

Safeguarding

Insurances

More detail is provided in the ITT

Conditions

Economic

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

Delivery regions

  • UKN06 - Belfast

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

Economic

Conditions of participation

Modern Slavery Statement

Safeguarding

Insurances

More detail is provided in the ITT

Conditions

Economic

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

Economic

Conditions of participation

Modern Slavery Statement

Safeguarding

Insurances

More detail is provided in the ITT

Conditions

Economic

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

Submission

Tender submission deadline

25 June 2025, 12:00PM

Enquiry deadline

18 June 2025, 12:00PM

Date of award of contract

31 July 2025, 23:59PM

Submission address and any special instructions

https://e-sourcingni.bravosolution.co.uk/web/login.shtml

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Coding

Commodity categories

ID Title Parent category
79952000 Event services Exhibition, fair and congress organisation services
79715000 Patrol services Security services
79710000 Security services Investigation and security services

Delivery locations

ID Description
There are no delivery locations for this notice.

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:
N/a
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.