Award

NICS Provision of Security and Ancillary Services 2024

DEPARTMENT FOR COMMUNITIES

This public procurement record has 3 releases in its history.

Award

01 Jul 2024 at 15:39

TenderUpdate

29 Mar 2024 at 13:43

Tender

05 Mar 2024 at 08:26

Summary of the contracting process

The Department for Communities, on behalf of participating bodies, has completed a procurement process for the provision of Security and Ancillary Services in Northern Ireland. The contract title is "NICS Provision of Security and Ancillary Services 2024" under the main procurement category of services. The procurement method was an open procedure. The contract involves three lots with specific requirements for each site in Northern Ireland. The key dates involved are the contract expiry on August 31, 2024. The stage of the procurement process is the award stage, with the latest award date being July 1, 2024.

This tender for Security and Ancillary Services provides an opportunity for businesses to partner with the government to deliver quality services and comply with relevant legislation. Businesses well-suited to compete would need to demonstrate their ability to meet Key Performance Indicators, deliver cost-effective services, and ensure high customer satisfaction. The procurement offers potential growth opportunities for companies capable of providing security equipment, facilities management, office support services, and other related services in compliance with the outlined requirements.

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

NICS Provision of Security and Ancillary Services 2024

Notice Description

Construction and Procurement Delivery (CPD), on behalf of the Participating Bodies listed in the Conditions of Contract are seeking to establish a Contract for the provision of Security and Ancillary Services at locations throughout Northern Ireland. Further details of the specific requirements at each premises or site are provided in the Building Specifications. This is a retender of the existing services which are due to expire on 31st August 2024. The Contractor will be required to: * engender and nurture a true spirit of partnership between the Contractor and the Client by providing a quality efficient service; * help provide a safe environment to enable the Client's staff to effectively deliver frontline services and for customers to avail of these services; * integrate environmental considerations and social benefits throughout the Contract; * work with the Client to transform the services over the period of the Contract maximising the potential for available technology and reducing the cost of security for both parties; and * to maintain a robust programme of contract monitoring to ensure effective delivery of Services. The key objectives of the Contractor will be: * To meet the Contract's Key Performance Indicators (KPIs) and deliver a quality Security and Ancillary service which complies with all relevant legislation, including Working Time Directives, Security Industry Licensing, Health and Safety, specific local security requirements, Health and Safety requirements, waste management / recycling etc. * To safeguard the Client's premises and their contents; * To enable the staff working within the premises to carry out their business functions effectively with minimum disruption; * To ensure that all services are operated in an efficient and cost effective manner; * To ensure that the Contractor's staff are well presented, clean and tidy, polite, of good character, respectful to others, willing to help cover the required hours and comply with local / on-site policies; * To report to the nominated representative of the Client; * To implement the NICS Security Policies in line with the Security Policy Framework; * To offer continual advice to the Client on methods of introducing value for money and innovation into the delivery of Services; and * To ensure high levels of customer satisfaction.

Lot Information

Lot One

Construction and Procurement Delivery (CPD), on behalf of the Participating Bodies listed in the Conditions of Contract are seeking to establish a Contract for the provision of Security and Ancillary Services at locations throughout Northern Ireland. Further details of the specific requirements at each premises or site are provided in the Building Specifications. This is a retender of the existing services which are due to expire on 31st August 2024. The Contractor will be required to: * engender and nurture a true spirit of partnership between the Contractor and the Client by providing a quality efficient service; * help provide a safe environment to enable the Client's staff to effectively deliver frontline services and for customers to avail of these services; * integrate environmental considerations and social benefits throughout the Contract; * work with the Client to transform the services over the period of the Contract maximising the potential for available technology and reducing the cost of security for both parties; and * to maintain a robust programme of contract monitoring to ensure effective delivery of Services. The key objectives of the Contractor will be: * To meet the Contract's Key Performance Indicators (KPIs) and deliver a quality Security and Ancillary service which complies with all relevant legislation, including Working Time Directives, Security Industry Licensing, Health and Safety, specific local security requirements, Health and Safety requirements, waste management / recycling etc. * To safeguard the Client's premises and their contents; * To enable the staff working within the premises to carry out their business functions effectively with minimum disruption; * To ensure that all services are operated in an efficient and cost effective manner; * To ensure that the Contractor's staff are well presented, clean and tidy, polite, of good character, respectful to others, willing to help cover the required hours and comply with local / on-site policies; * To report to the nominated representative of the Client; * To implement the NICS Security Policies in line with the Security Policy Framework; * To offer continual advice to the Client on methods of introducing value for money and innovation into the delivery of Services; and * To ensure high levels of customer satisfaction.

Lot Two

Construction and Procurement Delivery (CPD), on behalf of the Participating Bodies listed in the Conditions of Contract are seeking to establish a Contract for the provision of Security and Ancillary Services at locations throughout Northern Ireland. Further details of the specific requirements at each premises or site are provided in the Building Specifications. This is a retender of the existing services which are due to expire on 31st August 2024. The Contractor will be required to: * engender and nurture a true spirit of partnership between the Contractor and the Client by providing a quality efficient service; * help provide a safe environment to enable the Client's staff to effectively deliver frontline services and for customers to avail of these services; * integrate environmental considerations and social benefits throughout the Contract; * work with the Client to transform the services over the period of the Contract maximising the potential for available technology and reducing the cost of security for both parties; and * to maintain a robust programme of contract monitoring to ensure effective delivery of Services. The key objectives of the Contractor will be: * To meet the Contract's Key Performance Indicators (KPIs) and deliver a quality Security and Ancillary service which complies with all relevant legislation, including Working Time Directives, Security Industry Licensing, Health and Safety, specific local security requirements, Health and Safety requirements, waste management / recycling etc. * To safeguard the Client's premises and their contents; * To enable the staff working within the premises to carry out their business functions effectively with minimum disruption; * To ensure that all services are operated in an efficient and cost effective manner; * To ensure that the Contractor's staff are well presented, clean and tidy, polite, of good character, respectful to others, willing to help cover the required hours and comply with local / on-site policies; * To report to the nominated representative of the Client; * To implement the NICS Security Policies in line with the Security Policy Framework; * To offer continual advice to the Client on methods of introducing value for money and innovation into the delivery of Services; and * To ensure high levels of customer satisfaction.

Lot Three

Construction and Procurement Delivery (CPD), on behalf of the Participating Bodies listed in the Conditions of Contract are seeking to establish a Contract for the provision of Security and Ancillary Services at locations throughout Northern Ireland. Further details of the specific requirements at each premises or site are provided in the Building Specifications. This is a retender of the existing services which are due to expire on 31st August 2024. The Contractor will be required to: * engender and nurture a true spirit of partnership between the Contractor and the Client by providing a quality efficient service; * help provide a safe environment to enable the Client's staff to effectively deliver frontline services and for customers to avail of these services; * integrate environmental considerations and social benefits throughout the Contract; * work with the Client to transform the services over the period of the Contract maximising the potential for available technology and reducing the cost of security for both parties; and * to maintain a robust programme of contract monitoring to ensure effective delivery of Services. The key objectives of the Contractor will be: * To meet the Contract's Key Performance Indicators (KPIs) and deliver a quality Security and Ancillary service which complies with all relevant legislation, including Working Time Directives, Security Industry Licensing, Health and Safety, specific local security requirements, Health and Safety requirements, waste management / recycling etc. * To safeguard the Client's premises and their contents; * To enable the staff working within the premises to carry out their business functions effectively with minimum disruption; * To ensure that all services are operated in an efficient and cost effective manner; * To ensure that the Contractor's staff are well presented, clean and tidy, polite, of good character, respectful to others, willing to help cover the required hours and comply with local / on-site policies; * To report to the nominated representative of the Client; * To implement the NICS Security Policies in line with the Security Policy Framework; * To offer continual advice to the Client on methods of introducing value for money and innovation into the delivery of Services; and * To ensure high levels of customer satisfaction.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-044569
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/019997-2024
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

35 - Security, fire-fighting, police and defence equipment

64 - Postal and telecommunications services

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

98 - Other community, social and personal services


CPV Codes

35121000 - Security equipment

64122000 - Internal office mail and messenger services

79500000 - Office-support services

79710000 - Security services

79711000 - Alarm-monitoring services

79714000 - Surveillance services

79715000 - Patrol services

79992000 - Reception services

79993100 - Facilities management services

98341120 - Portering services

Notice Value(s)

Tender Value
£140,000,000 £100M-£1B
Lots Value
£140,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
£140,000,000 £100M-£1B

Notice Dates

Publication Date
1 Jul 20241 years ago
Submission Deadline
8 Apr 2024Expired
Future Notice Date
Not specified
Award Date
30 Jun 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT FOR COMMUNITIES
Contact Name
Not specified
Contact Email
justice.cpd@finance-ni.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BELFAST
Postcode
BT3 9ED
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN06 Belfast
Delivery Location
TLN Northern Ireland

Local Authority
Belfast
Electoral Ward
Sydenham
Westminster Constituency
Belfast East

Supplier Information

Number of Suppliers
1
Supplier Name

G4S SECURE SOLUTIONS

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-044569-2024-07-01T16:39:13+01:00",
    "date": "2024-07-01T16:39:13+01:00",
    "ocid": "ocds-h6vhtk-044569",
    "description": "Contract Value. The figure indicated in Section V 2.4 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract.. Contract Monitoring. The successful contractor's performance on the contract will be regularly monitored in line with the tender documentation. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Notice of Unsatisfactory Performance and the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can result in the Contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of three years from the date of issue.",
    "initiationType": "tender",
    "tender": {
        "id": "5054046",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "NICS Provision of Security and Ancillary Services 2024",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "79710000",
            "description": "Security services"
        },
        "mainProcurementCategory": "services",
        "description": "Construction and Procurement Delivery (CPD), on behalf of the Participating Bodies listed in the Conditions of Contract are seeking to establish a Contract for the provision of Security and Ancillary Services at locations throughout Northern Ireland. Further details of the specific requirements at each premises or site are provided in the Building Specifications. This is a retender of the existing services which are due to expire on 31st August 2024. The Contractor will be required to: * engender and nurture a true spirit of partnership between the Contractor and the Client by providing a quality efficient service; * help provide a safe environment to enable the Client's staff to effectively deliver frontline services and for customers to avail of these services; * integrate environmental considerations and social benefits throughout the Contract; * work with the Client to transform the services over the period of the Contract maximising the potential for available technology and reducing the cost of security for both parties; and * to maintain a robust programme of contract monitoring to ensure effective delivery of Services. The key objectives of the Contractor will be: * To meet the Contract's Key Performance Indicators (KPIs) and deliver a quality Security and Ancillary service which complies with all relevant legislation, including Working Time Directives, Security Industry Licensing, Health and Safety, specific local security requirements, Health and Safety requirements, waste management / recycling etc. * To safeguard the Client's premises and their contents; * To enable the staff working within the premises to carry out their business functions effectively with minimum disruption; * To ensure that all services are operated in an efficient and cost effective manner; * To ensure that the Contractor's staff are well presented, clean and tidy, polite, of good character, respectful to others, willing to help cover the required hours and comply with local / on-site policies; * To report to the nominated representative of the Client; * To implement the NICS Security Policies in line with the Security Policy Framework; * To offer continual advice to the Client on methods of introducing value for money and innovation into the delivery of Services; and * To ensure high levels of customer satisfaction.",
        "value": {
            "amount": 140000000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsBidPerSupplier": 3
        },
        "lots": [
            {
                "id": "1",
                "title": "Lot One",
                "description": "Construction and Procurement Delivery (CPD), on behalf of the Participating Bodies listed in the Conditions of Contract are seeking to establish a Contract for the provision of Security and Ancillary Services at locations throughout Northern Ireland. Further details of the specific requirements at each premises or site are provided in the Building Specifications. This is a retender of the existing services which are due to expire on 31st August 2024. The Contractor will be required to: * engender and nurture a true spirit of partnership between the Contractor and the Client by providing a quality efficient service; * help provide a safe environment to enable the Client's staff to effectively deliver frontline services and for customers to avail of these services; * integrate environmental considerations and social benefits throughout the Contract; * work with the Client to transform the services over the period of the Contract maximising the potential for available technology and reducing the cost of security for both parties; and * to maintain a robust programme of contract monitoring to ensure effective delivery of Services. The key objectives of the Contractor will be: * To meet the Contract's Key Performance Indicators (KPIs) and deliver a quality Security and Ancillary service which complies with all relevant legislation, including Working Time Directives, Security Industry Licensing, Health and Safety, specific local security requirements, Health and Safety requirements, waste management / recycling etc. * To safeguard the Client's premises and their contents; * To enable the staff working within the premises to carry out their business functions effectively with minimum disruption; * To ensure that all services are operated in an efficient and cost effective manner; * To ensure that the Contractor's staff are well presented, clean and tidy, polite, of good character, respectful to others, willing to help cover the required hours and comply with local / on-site policies; * To report to the nominated representative of the Client; * To implement the NICS Security Policies in line with the Security Policy Framework; * To offer continual advice to the Client on methods of introducing value for money and innovation into the delivery of Services; and * To ensure high levels of customer satisfaction.",
                "value": {
                    "amount": 47180000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2520
                },
                "status": "active"
            },
            {
                "id": "2",
                "title": "Lot Two",
                "description": "Construction and Procurement Delivery (CPD), on behalf of the Participating Bodies listed in the Conditions of Contract are seeking to establish a Contract for the provision of Security and Ancillary Services at locations throughout Northern Ireland. Further details of the specific requirements at each premises or site are provided in the Building Specifications. This is a retender of the existing services which are due to expire on 31st August 2024. The Contractor will be required to: * engender and nurture a true spirit of partnership between the Contractor and the Client by providing a quality efficient service; * help provide a safe environment to enable the Client's staff to effectively deliver frontline services and for customers to avail of these services; * integrate environmental considerations and social benefits throughout the Contract; * work with the Client to transform the services over the period of the Contract maximising the potential for available technology and reducing the cost of security for both parties; and * to maintain a robust programme of contract monitoring to ensure effective delivery of Services. The key objectives of the Contractor will be: * To meet the Contract's Key Performance Indicators (KPIs) and deliver a quality Security and Ancillary service which complies with all relevant legislation, including Working Time Directives, Security Industry Licensing, Health and Safety, specific local security requirements, Health and Safety requirements, waste management / recycling etc. * To safeguard the Client's premises and their contents; * To enable the staff working within the premises to carry out their business functions effectively with minimum disruption; * To ensure that all services are operated in an efficient and cost effective manner; * To ensure that the Contractor's staff are well presented, clean and tidy, polite, of good character, respectful to others, willing to help cover the required hours and comply with local / on-site policies; * To report to the nominated representative of the Client; * To implement the NICS Security Policies in line with the Security Policy Framework; * To offer continual advice to the Client on methods of introducing value for money and innovation into the delivery of Services; and * To ensure high levels of customer satisfaction.",
                "value": {
                    "amount": 24626000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2520
                },
                "status": "active"
            },
            {
                "id": "3",
                "title": "Lot Three",
                "description": "Construction and Procurement Delivery (CPD), on behalf of the Participating Bodies listed in the Conditions of Contract are seeking to establish a Contract for the provision of Security and Ancillary Services at locations throughout Northern Ireland. Further details of the specific requirements at each premises or site are provided in the Building Specifications. This is a retender of the existing services which are due to expire on 31st August 2024. The Contractor will be required to: * engender and nurture a true spirit of partnership between the Contractor and the Client by providing a quality efficient service; * help provide a safe environment to enable the Client's staff to effectively deliver frontline services and for customers to avail of these services; * integrate environmental considerations and social benefits throughout the Contract; * work with the Client to transform the services over the period of the Contract maximising the potential for available technology and reducing the cost of security for both parties; and * to maintain a robust programme of contract monitoring to ensure effective delivery of Services. The key objectives of the Contractor will be: * To meet the Contract's Key Performance Indicators (KPIs) and deliver a quality Security and Ancillary service which complies with all relevant legislation, including Working Time Directives, Security Industry Licensing, Health and Safety, specific local security requirements, Health and Safety requirements, waste management / recycling etc. * To safeguard the Client's premises and their contents; * To enable the staff working within the premises to carry out their business functions effectively with minimum disruption; * To ensure that all services are operated in an efficient and cost effective manner; * To ensure that the Contractor's staff are well presented, clean and tidy, polite, of good character, respectful to others, willing to help cover the required hours and comply with local / on-site policies; * To report to the nominated representative of the Client; * To implement the NICS Security Policies in line with the Security Policy Framework; * To offer continual advice to the Client on methods of introducing value for money and innovation into the delivery of Services; and * To ensure high levels of customer satisfaction.",
                "value": {
                    "amount": 68194000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2520
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79711000",
                        "description": "Alarm-monitoring services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79714000",
                        "description": "Surveillance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79715000",
                        "description": "Patrol services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35121000",
                        "description": "Security equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79993100",
                        "description": "Facilities management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "64122000",
                        "description": "Internal office mail and messenger services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79992000",
                        "description": "Reception services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79500000",
                        "description": "Office-support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98341120",
                        "description": "Portering services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN"
                    }
                ],
                "deliveryLocation": {
                    "description": "All current service delivery locations are as listed on the Building Specification documents."
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79711000",
                        "description": "Alarm-monitoring services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79714000",
                        "description": "Surveillance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79715000",
                        "description": "Patrol services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35121000",
                        "description": "Security equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79993100",
                        "description": "Facilities management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "64122000",
                        "description": "Internal office mail and messenger services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79992000",
                        "description": "Reception services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79500000",
                        "description": "Office-support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98341120",
                        "description": "Portering services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN"
                    }
                ],
                "deliveryLocation": {
                    "description": "All current service delivery locations are as listed on the Building Specification documents."
                },
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79711000",
                        "description": "Alarm-monitoring services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79714000",
                        "description": "Surveillance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79715000",
                        "description": "Patrol services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35121000",
                        "description": "Security equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79993100",
                        "description": "Facilities management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "64122000",
                        "description": "Internal office mail and messenger services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79992000",
                        "description": "Reception services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79500000",
                        "description": "Office-support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98341120",
                        "description": "Portering services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN"
                    }
                ],
                "deliveryLocation": {
                    "description": "All current service delivery locations are as listed on the Building Specification documents."
                },
                "relatedLot": "3"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://etendersni.gov.uk/epps",
        "otherRequirements": {
            "reductionCriteria": "Evaluation model is as listed in the Instructions to Tenderers document."
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "awardCriteriaDetails": "Evaluation model is as listed in the Instructions to Tenderers document.",
        "tenderPeriod": {
            "endDate": "2024-04-08T15:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "reviewDetails": "CPD complied with the Public Contracts Regulations 2015 and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2024-04-08T15:00:00+01:00"
                        },
                        "newValue": {
                            "date": "2024-04-15T15:00:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.2)",
                            "label": "IV.2.2) Time limit for receipt of tenders or requests to participate"
                        }
                    }
                ]
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-106780",
            "name": "Department for Communities",
            "identifier": {
                "legalName": "Department for Communities"
            },
            "address": {
                "streetAddress": "c/o Construction Procurement Delivery, Clare House, 303 Airport Road West",
                "locality": "Belfast",
                "region": "UK",
                "postalCode": "BT3 9ED",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "justice.cpd@finance-ni.gov.uk",
                "url": "https://etendersni.gov.uk/epps"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.communities-ni.gov.uk/",
                "buyerProfile": "https://www.finance-ni.gov.uk/topics/procurement",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-21775",
            "name": "The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued.",
            "identifier": {
                "legalName": "The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued."
            },
            "address": {
                "locality": "N/A",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-117278",
            "name": "Department for Communities",
            "identifier": {
                "legalName": "Department for Communities"
            },
            "address": {
                "streetAddress": "c/o Construction Procurement Delivery, Clare House, 303 Airport Road West",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT3 9ED",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "justice.cpd@finance-ni.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://www.communities-ni.gov.uk/",
                "buyerProfile": "https://www.finance-ni.gov.uk/topics/procurement",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-117279",
            "name": "G4S SECURE SOLUTIONS UK LTD",
            "identifier": {
                "legalName": "G4S SECURE SOLUTIONS UK LTD"
            },
            "address": {
                "streetAddress": "c/o Construction Procurement Delivery, Clare House, 303 Airport Road West",
                "locality": "SUTTON",
                "region": "UK",
                "postalCode": "SM1 4LD",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "ian.melanophy@uk.g4s.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps"
            }
        },
        {
            "id": "GB-FTS-32625",
            "name": "G4S SECURE SOLUTIONS UK LTD",
            "identifier": {
                "legalName": "G4S SECURE SOLUTIONS UK LTD"
            },
            "address": {
                "streetAddress": "Sutton Park House",
                "locality": "SUTTON",
                "region": "UK",
                "postalCode": "SM1 4LD",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "ian.melanophy@uk.g4s.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-117278",
        "name": "Department for Communities"
    },
    "language": "en",
    "awards": [
        {
            "id": "019997-2024-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Lot One",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-117279",
                    "name": "G4S SECURE SOLUTIONS UK LTD"
                }
            ]
        },
        {
            "id": "019997-2024-2-2",
            "relatedLots": [
                "2"
            ],
            "title": "Lot Two",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-32625",
                    "name": "G4S SECURE SOLUTIONS UK LTD"
                }
            ]
        },
        {
            "id": "019997-2024-3-3",
            "relatedLots": [
                "3"
            ],
            "title": "Lot Three",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-32625",
                    "name": "G4S SECURE SOLUTIONS UK LTD"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "019997-2024-1-1",
            "awardID": "019997-2024-1-1",
            "title": "Lot One",
            "status": "active",
            "value": {
                "amount": 47180000,
                "currency": "GBP"
            },
            "dateSigned": "2024-07-01T00:00:00+01:00"
        },
        {
            "id": "019997-2024-2-2",
            "awardID": "019997-2024-2-2",
            "title": "Lot Two",
            "status": "active",
            "value": {
                "amount": 24626000,
                "currency": "GBP"
            },
            "dateSigned": "2024-07-01T00:00:00+01:00"
        },
        {
            "id": "019997-2024-3-3",
            "awardID": "019997-2024-3-3",
            "title": "Lot Three",
            "status": "active",
            "value": {
                "amount": 68194000,
                "currency": "GBP"
            },
            "dateSigned": "2024-07-01T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "6",
                "measure": "bids",
                "relatedLot": "2",
                "value": 4
            },
            {
                "id": "11",
                "measure": "bids",
                "relatedLot": "3",
                "value": 4
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "7",
                "measure": "smeBids",
                "relatedLot": "2",
                "value": 0
            },
            {
                "id": "12",
                "measure": "smeBids",
                "relatedLot": "3",
                "value": 0
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "8",
                "measure": "foreignBidsFromEU",
                "relatedLot": "2",
                "value": 0
            },
            {
                "id": "13",
                "measure": "foreignBidsFromEU",
                "relatedLot": "3",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "9",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "2",
                "value": 1
            },
            {
                "id": "14",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "3",
                "value": 1
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "10",
                "measure": "electronicBids",
                "relatedLot": "2",
                "value": 4
            },
            {
                "id": "15",
                "measure": "electronicBids",
                "relatedLot": "3",
                "value": 4
            }
        ]
    }
}