Award

Specialist Security Services

HIGH SPEED TWO (HS2) LIMITED

This public procurement record has 2 releases in its history.

Award

04 Jan 2024 at 14:36

Tender

18 Aug 2022 at 15:00

Summary of the contracting process

The High Speed Two (HS2) Limited is seeking to procure a Specialist Security Services contract to provide safe and effective incident management, area patrolling, and protection services. The procurement process involves a negotiated procedure with prior call for competition and offers a contract value between £94,515,000 and £150,000,000. The procurement stage is active, with an end date for the tender period on 27th September 2022.

This tender for Specialist Security Services by HS2 Ltd represents an opportunity for businesses skilled in security services to compete and potentially secure a substantial contract. The contract involves services related to incident response, area patrolling, and protester management while ensuring minimal impact on the HS2 programme's operation. Businesses that can provide insight-led security services and maintain high safety standards are well-suited to participate in the procurement process and potentially grow their business through this opportunity.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Specialist Security Services

Notice 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.

Lot Information

Lot 1

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.

Renewal: 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-036008
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/000241-2024
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Negotiated procedure with prior call for competition
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79710000 - Security services

Notice Value(s)

Tender Value
£150,000,000 £100M-£1B
Lots Value
£150,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
£150,000,000 £100M-£1B

Notice Dates

Publication Date
4 Jan 20242 years ago
Submission Deadline
27 Sep 2022Expired
Future Notice Date
Not specified
Award Date
21 Dec 20232 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
HIGH SPEED TWO (HS2) LIMITED
Additional Buyers

HS2

Contact Name
James Patterson
Contact Email
emily.scott@hs2.org.uk, james.patterson@hs2.org.uk
Contact Phone
Not specified

Buyer Location

Locality
BIRMINGHAM
Postcode
B4 6GA
Post Town
Birmingham
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG3 West Midlands
Small Region (ITL 3)
TLG31 Birmingham
Delivery Location
Not specified

Local Authority
Birmingham
Electoral Ward
Ladywood
Westminster Constituency
Birmingham Ladywood

Supplier Information

Number of Suppliers
1
Supplier Name

CONTROL RISKS GROUP

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-036008-2024-01-04T14:36:47Z",
    "date": "2024-01-04T14:36:47Z",
    "ocid": "ocds-h6vhtk-036008",
    "description": "There is no guarantee, express or implied, that appointed Contractor will receive any, or a particular volume or value of work.",
    "initiationType": "tender",
    "tender": {
        "id": "2255",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "Specialist Security Services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "79710000",
            "description": "Security services"
        },
        "mainProcurementCategory": "services",
        "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.",
        "value": {
            "amount": 150000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "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.",
                "value": {
                    "amount": 150000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2520
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                },
                "secondStage": {
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "As set out in the procurement documents"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "ITT Technical Criteria",
                            "type": "quality",
                            "description": "60%"
                        },
                        {
                            "name": "ITT Social Value Criteria",
                            "type": "quality",
                            "description": "10%"
                        },
                        {
                            "name": "ITT Commercial Criteria",
                            "type": "cost",
                            "description": "30%"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://hs2.bravosolution.co.uk/web/index.html",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "As set out in the procurement documents.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "reductionCriteria": "As set out in the procurement documents."
        },
        "submissionTerms": {
            "depositsGuarantees": "As set out in the procurement documents.",
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 300
            }
        },
        "contractTerms": {
            "financialTerms": "As set out in the procurement documents.",
            "tendererLegalForm": "As set out in the procurement documents.",
            "performanceTerms": "As set out in the procurement documents.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-09-27T12:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2023-02-06T00:00:00Z"
        },
        "hasRecurrence": true,
        "reviewDetails": "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."
    },
    "parties": [
        {
            "id": "GB-FTS-6976",
            "name": "HS2",
            "identifier": {
                "legalName": "HS2"
            },
            "address": {
                "streetAddress": "High Speed Two (HS2) Ltd, Two Snowhill, Queensway",
                "locality": "Birmingham",
                "region": "UK",
                "postalCode": "B4 6GA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "James Patterson",
                "email": "james.patterson@hs2.org.uk",
                "url": "https://hs2.bravosolution.co.uk/web/index.html"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.hs2.org.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "RAILWAY_SERVICES",
                        "description": "Railway services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-46628",
            "name": "High Court of England and Wales",
            "identifier": {
                "legalName": "High Court of England and Wales"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice, Strand",
                "locality": "London",
                "postalCode": "WC2A2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-90010",
            "name": "High Speed Two (HS2) Limited",
            "identifier": {
                "legalName": "High Speed Two (HS2) Limited"
            },
            "address": {
                "streetAddress": "High Speed Two (HS2) Limited, Two Snowhill, Snowhill Queensway",
                "locality": "Birmingham",
                "region": "UK",
                "postalCode": "B4 6GA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "Emily.Scott@hs2.org.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.hs2.org.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "RAILWAY_SERVICES",
                        "description": "Railway services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-101746",
            "name": "Control Risks Group Limited",
            "identifier": {
                "legalName": "Control Risks Group Limited"
            },
            "address": {
                "streetAddress": "Cottons Centre, Cottons Lane",
                "locality": "London",
                "region": "UK",
                "postalCode": "SE1 2QG",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-935",
            "name": "High Court of England and Wales",
            "identifier": {
                "legalName": "High Court of England and Wales"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice, Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-90010",
        "name": "High Speed Two (HS2) Limited"
    },
    "language": "en",
    "awards": [
        {
            "id": "000241-2024-C1000_3687-1",
            "relatedLots": [
                "1"
            ],
            "title": "Specialist Security Services",
            "status": "active",
            "hasSubcontracting": true,
            "subcontracting": {
                "minimumPercentage": 0.6,
                "maximumPercentage": 0.6
            },
            "suppliers": [
                {
                    "id": "GB-FTS-101746",
                    "name": "Control Risks Group Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "000241-2024-C1000_3687-1",
            "awardID": "000241-2024-C1000_3687-1",
            "title": "Specialist Security Services",
            "status": "active",
            "value": {
                "amount": 150000000,
                "currency": "GBP"
            },
            "dateSigned": "2023-12-21T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            }
        ]
    }
}