Notice Information
Notice Title
TENDER FOR THE PROVISION OF LOCK, UNLOCK, KEY HOLDING AND ALARM RESPONSE SERVICES T21/22-037
Notice Description
The council require a Lock and Unlock Service for its Parks and Amenities and a Key holding and alarm response and open/close of Dundonald Ice bowl and Bradford Court. This contract is in the form of 3 Lots; Lot 1 Open / Close with visual inspection, litter lift and disposal. Lot 2 Open / Close with visual inspection, litter lift and disposal including Toilet facility cleaning. Lot 3 Key holding and alarm response and open/ close Dundonald Ice bowl and Bradford Court.
Lot Information
Lot 1 Open / Close with visual inspection, litter lift and disposal.
Lot 1 Open / Close with visual inspection, litter lift and disposal.
Lot 2 Open / Close with visual inspection, litter lift and disposal including Toilet facility cleaning.Lot 2 Open / Close with visual inspection, litter lift and disposal including Toilet facility cleaning.
Lot 3 Key holding and alarm response and open/ close Dundonald Ice bowl and Bradford Court.Lot 3 Key holding and alarm response and open/ close Dundonald Ice bowl and Bradford Court.
Lot 1The council require a Lock and Unlock Service for its Parks and Amenities and a Key holding and alarm response and open/close of Dundonald Ice bowl and Bradford Court. This contract is in the form of 3 Lots; Lot 1 Open / Close with visual inspection, litter lift and disposal. Lot 2 Open / Close with visual inspection, litter lift and disposal including Toilet facility cleaning. Lot 3 Key holding and alarm response and open/ close Dundonald Ice bowl and Bradford Court
Procurement Information
Regulation 72(1)(c) permits this modification, due to unforeseen circumstances which a diligent contracting authority could not have foreseen, the overall nature of the contract is not altered and Modification value does not exceed 50 % of the original contract value (i) the need for modification has been brought about by circumstances which a diligent contracting authority could not have foreseen; Due to the unforeseen termination of a Contract between the LCCC and Hi-Tech, with termination notice being provided 30 days in advance. Due to the unexpected termination of the Contract, the Council, despite their best efforts, did not have sufficient time to carry out a tender exercise. To ensure continuity of services, avoidance of reputational damage and on health and safety grounds, it was agreed to invoke an emergency appointment of a new Contractor. Upon evaluation, the best option for maintaining the delivery of services, compliance with the relevant procurement regulations as well as value for money would be achieved by modifying an existing contract between LCCC and Cobra to incorporate the additional duties following the termination of the previous Contract with Hi-Tech. Other contracts were considered however were not suitable. Regulation 72(1) (b) further permits this as a change of provider: (i) cannot be made for economic and technical reasons as requirements of interchangeability or interoperability of services procured under the original procurement and given the need to ensure continued services; and (ii) will cause significant inconvenience and duplication of costs. It has also been brought about by unforeseen inflationary pressures and in particular wage inflation. (ii) the modification does not alter the overall nature of the contract; Regulation 72(1)(c) permits this extension as the overall nature of the contract is not altered. The modification does not alter the existing contract with Cobra as similar duties are carried out under their current contract, such as: - Opening/closing of facilities - Litter picking - Cleaning of welfare facilities - Building/facility inspections - Legionella flushing of facilities. - Playing surface inspections There is extension to the number of sites and the additional services Cobra will be responsible for following this modification include, but are not limited to: - Erecting corner flags for pitches - Rolling out of roll-away football goal nets. - Extension of cleaning to include changing facilities. Due to unforeseen inflationary pressures, combined with the increase in minimum/living wage an uplift will be applied to the originally tendered hourly of 14.9% for the existing services and 22.2% for the additional duties performed by way of the variation of the contract. (iii) any increase in price does not exceed 50% of the value of the original contract or framework agreement. The increase in the expenditure in the contract brought about through the increase in services and the increase in the minimum/living wage will not exceed 50% of the value of the original contract and indeed is currently estimated to fall within the levels permitted under Regulation 72 (5) but notwithstanding this notice is published in the interest of transparency.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0457cb
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/013529-2025
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Limited
- Procurement Method Details
- Award procedure without prior publication of a 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
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £12,499,630 £10M-£100M
Notice Dates
- Publication Date
- 8 Apr 202510 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 28 Mar 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- LISBURN AND CASTLEREAGH CITY COUNCIL
- Contact Name
- Andrew Hegan
- Contact Email
- andrew.hegan@lisburncastlereagh.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LISBURN
- Postcode
- BT27 4RL
- 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)
- TLN0E Lisburn and Castlereagh
- Delivery Location
- TLN0E Lisburn and Castlereagh
-
- Local Authority
- Lisburn and Castlereagh
- Electoral Ward
- Hillhall
- Westminster Constituency
- Lagan Valley
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-0457cb-2025-04-08T08:58:38+01:00",
"date": "2025-04-08T08:58:38+01:00",
"ocid": "ocds-h6vhtk-0457cb",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-0457cb",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "TENDER FOR THE PROVISION OF LOCK, UNLOCK, KEY HOLDING AND ALARM RESPONSE SERVICES T21/22-037",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "79710000",
"description": "Security services"
},
"mainProcurementCategory": "services",
"description": "The council require a Lock and Unlock Service for its Parks and Amenities and a Key holding and alarm response and open/close of Dundonald Ice bowl and Bradford Court. This contract is in the form of 3 Lots; Lot 1 Open / Close with visual inspection, litter lift and disposal. Lot 2 Open / Close with visual inspection, litter lift and disposal including Toilet facility cleaning. Lot 3 Key holding and alarm response and open/ close Dundonald Ice bowl and Bradford Court.",
"lots": [
{
"id": "Lot 1 Open / Close with visual inspection, litter lift and disposal.",
"title": "Lot 1 Open / Close with visual inspection, litter lift and disposal.",
"description": "Lot 1 Open / Close with visual inspection, litter lift and disposal.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"name": "Cost",
"type": "cost",
"description": "60"
}
]
},
"hasOptions": false
},
{
"id": "Lot 2 Open / Close with visual inspection, litter lift and disposal including Toilet facility cleani",
"title": "Lot 2 Open / Close with visual inspection, litter lift and disposal including Toilet facility cleaning.",
"description": "Lot 2 Open / Close with visual inspection, litter lift and disposal including Toilet facility cleaning.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"name": "Cost",
"type": "cost",
"description": "60"
}
]
},
"hasOptions": false
},
{
"id": "Lot 3 Key holding and alarm response and open/ close Dundonald Ice bowl and Bradford Court.",
"title": "Lot 3 Key holding and alarm response and open/ close Dundonald Ice bowl and Bradford Court.",
"description": "Lot 3 Key holding and alarm response and open/ close Dundonald Ice bowl and Bradford Court.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"name": "Cost",
"type": "cost",
"description": "60"
}
]
},
"hasOptions": false
},
{
"id": "1",
"description": "The council require a Lock and Unlock Service for its Parks and Amenities and a Key holding and alarm response and open/close of Dundonald Ice bowl and Bradford Court. This contract is in the form of 3 Lots; Lot 1 Open / Close with visual inspection, litter lift and disposal. Lot 2 Open / Close with visual inspection, litter lift and disposal including Toilet facility cleaning. Lot 3 Key holding and alarm response and open/ close Dundonald Ice bowl and Bradford Court",
"contractPeriod": {
"durationInDays": 720
}
}
],
"items": [
{
"id": "Lot 1 Open / Close with visual inspection, litter lift and disposal.",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79710000",
"description": "Security services"
}
],
"deliveryAddresses": [
{
"region": "UKN0E"
}
],
"relatedLot": "Lot 1 Open / Close with visual inspection, litter lift and disposal."
},
{
"id": "Lot 2 Open / Close with visual inspection, litter lift and disposal including Toilet facility cleani",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79710000",
"description": "Security services"
}
],
"deliveryAddresses": [
{
"region": "UKN0E"
}
],
"relatedLot": "Lot 2 Open / Close with visual inspection, litter lift and disposal including Toilet facility cleani"
},
{
"id": "Lot 3 Key holding and alarm response and open/ close Dundonald Ice bowl and Bradford Court.",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79710000",
"description": "Security services"
}
],
"deliveryAddresses": [
{
"region": "UKN0E"
}
],
"relatedLot": "Lot 3 Key holding and alarm response and open/ close Dundonald Ice bowl and Bradford Court."
},
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKN0E"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Award procedure without prior publication of a call for competition",
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_OUTSIDE_SCOPE",
"description": "The procurement falls outside the scope of application of the directive"
}
],
"procurementMethodRationale": "Regulation 72(1)(c) permits this modification, due to unforeseen circumstances which a diligent contracting authority could not have foreseen, the overall nature of the contract is not altered and Modification value does not exceed 50 % of the original contract value (i) the need for modification has been brought about by circumstances which a diligent contracting authority could not have foreseen; Due to the unforeseen termination of a Contract between the LCCC and Hi-Tech, with termination notice being provided 30 days in advance. Due to the unexpected termination of the Contract, the Council, despite their best efforts, did not have sufficient time to carry out a tender exercise. To ensure continuity of services, avoidance of reputational damage and on health and safety grounds, it was agreed to invoke an emergency appointment of a new Contractor. Upon evaluation, the best option for maintaining the delivery of services, compliance with the relevant procurement regulations as well as value for money would be achieved by modifying an existing contract between LCCC and Cobra to incorporate the additional duties following the termination of the previous Contract with Hi-Tech. Other contracts were considered however were not suitable. Regulation 72(1) (b) further permits this as a change of provider: (i) cannot be made for economic and technical reasons as requirements of interchangeability or interoperability of services procured under the original procurement and given the need to ensure continued services; and (ii) will cause significant inconvenience and duplication of costs. It has also been brought about by unforeseen inflationary pressures and in particular wage inflation. (ii) the modification does not alter the overall nature of the contract; Regulation 72(1)(c) permits this extension as the overall nature of the contract is not altered. The modification does not alter the existing contract with Cobra as similar duties are carried out under their current contract, such as: - Opening/closing of facilities - Litter picking - Cleaning of welfare facilities - Building/facility inspections - Legionella flushing of facilities. - Playing surface inspections There is extension to the number of sites and the additional services Cobra will be responsible for following this modification include, but are not limited to: - Erecting corner flags for pitches - Rolling out of roll-away football goal nets. - Extension of cleaning to include changing facilities. Due to unforeseen inflationary pressures, combined with the increase in minimum/living wage an uplift will be applied to the originally tendered hourly of 14.9% for the existing services and 22.2% for the additional duties performed by way of the variation of the contract. (iii) any increase in price does not exceed 50% of the value of the original contract or framework agreement. The increase in the expenditure in the contract brought about through the increase in services and the increase in the minimum/living wage will not exceed 50% of the value of the original contract and indeed is currently estimated to fall within the levels permitted under Regulation 72 (5) but notwithstanding this notice is published in the interest of transparency."
},
"awards": [
{
"id": "014617-2024-1-1",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-113087",
"name": "Cobra Specialist Security Services"
}
]
},
{
"id": "013529-2025-1-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-113087",
"name": "Cobra Specialist Security Services"
}
]
}
],
"parties": [
{
"id": "GB-FTS-563",
"name": "Lisburn and Castlereagh City Council",
"identifier": {
"legalName": "Lisburn and Castlereagh City Council"
},
"address": {
"streetAddress": "Island Civic Centre Lagan Valley Island The Island",
"locality": "Lisburn",
"region": "UK",
"postalCode": "BT27 4RL",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Andrew Hegan",
"email": "andrew.hegan@lisburncastlereagh.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"buyerProfile": "https://etendersni.gov.uk/epps",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-113087",
"name": "Cobra Specialist Security Services",
"identifier": {
"legalName": "Cobra Specialist Security Services"
},
"address": {
"locality": "Lisburn",
"region": "UKN0E",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "david@cobrasecurity.co.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "https://cobrasecurity.co.uk/",
"scale": "large"
},
"additionalContactPoints": [
{
"email": "andrew.hegan@lisburncastlereagh.gov.uk"
}
]
},
{
"id": "GB-FTS-1860",
"name": "The High Court",
"identifier": {
"legalName": "The High Court"
},
"address": {
"locality": "Belfast",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-563",
"name": "Lisburn and Castlereagh City Council"
},
"contracts": [
{
"id": "014617-2024-1-1",
"awardID": "014617-2024-1-1",
"status": "active",
"value": {
"amount": 1136315.57,
"currency": "GBP"
},
"dateSigned": "2024-03-28T00:00:00Z"
},
{
"id": "013529-2025-1-1",
"awardID": "013529-2025-1-1",
"status": "active",
"value": {
"amount": 11363315.57,
"currency": "GBP"
},
"dateSigned": "2024-03-28T00:00:00Z",
"period": {
"durationInDays": 720
},
"items": [
{
"id": "1",
"classification": {
"scheme": "CPV",
"id": "79710000",
"description": "Security services"
},
"deliveryAddresses": [
{
"region": "UKN0E"
}
],
"relatedLot": "1"
}
],
"amendments": [
{
"id": "2",
"description": "Regulation 72(1)(c) permits this modification, due to unforeseen circumstances which a diligent contracting authority could not have foreseen, the overall nature of the contract is not altered and Modification value does not exceed 50 % of the original contract value (i) the need for modification has been brought about by circumstances which a diligent contracting authority could not have foreseen; Modification to the Contract has been brought about due to the unforeseen termination of a Contract between the LCCC and Hi-Tech, with termination notice being provided 30 days in advance. Due to the unexpected termination of the Contract, the Council, despite their best efforts, did not have sufficient time to carry out a tender exercise. In order to ensure the continuity of services, avoidance of reputational damage and on health and safety grounds, it was agreed to invoke an emergency appointment of a new Contractor. Upon evaluation, the best option for maintaining the delivery of services, compliance with the relevant procurement regulations as well as value for money would be achieved by modifying an existing contract between LCCC and Cobra in order to incorporate the additional duties following the termination of the previous Contract with Hi-Tech. Other contracts were considered however were not suitable. Regulation 72(1) (b) further permits this as a change of provider: (i) cannot be made for economic and technical reasons as requirements of interchangeability or interoperability of services procured under the original procurement and given the need to ensure continued services; and (ii) will cause significant inconvenience and duplication of costs. It has also been brought about by unforeseen inflationary pressures and in particular wage inflation. (ii) the modification does not alter the overall nature of the contract; Regulation 72(1)(c) permits this extension as the overall nature of the contract is not altered. The modification does not alter the existing contract with Cobra as similar duties are carried out under their current contract, such as: - Opening/closing of facilities - Litter picking - Cleaning of welfare facilities - Building/facility inspections - Legionella flushing of facilities. - Playing surface inspections There is extension to the number of sites and the additional services Cobra will be responsible for following this modification include, but are not limited to: - Erecting corner flags for pitches - Rolling out of roll-away football goal nets. - Extension of cleaning to include changing facilities. Due to unforeseen inflationary pressures, combined with the increase in minimum/living wage an uplift will be applied to the originally tendered hourly of 14.9% for the existing services and 22.2% for the additional duties performed by way of the variation of the contract. (iii) any increase in price does not exceed 50% of the value of the original contract or framework agreement. The increase in the expenditure in the contract brought about through the increase in services and the increase in the minimum/living wage will not exceed 50% of the value of the original contract and indeed is currently estimated to fall within the levels permitted under Regulation 72 (5) but notwithstanding this notice is published in the interest of transparency.",
"rationale": "Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee: Regulation 72(1)(c) permits this modification, due to unforeseen circumstances which a diligent contracting authority could not have foreseen, the overall nature of the contract is not altered and Modification value does not exceed 50 % of the original contract value (i) the need for modification has been brought about by circumstances which a diligent contracting authority could not have foreseen; Modification to the Contract has been brought about due to the unforeseen termination of a Contract between the LCCC and Hi-Tech, with termination notice being provided 30 days in advance. Due to the unexpected termination of the Contract, the Council, despite their best efforts, did not have sufficient time to carry out a tender exercise. In order to ensure the continuity of services, avoidance of reputational damage and on health and safety grounds, it was agreed to invoke an emergency appointment of a new Contractor. Upon evaluation, the best option for maintaining the delivery of services, compliance with the relevant procurement regulations as well as value for money would be achieved by modifying an existing contract between LCCC and Cobra in order to incorporate the additional duties following the termination of the previous Contract with Hi-Tech. Other contracts were considered however were not suitable. Regulation 72(1) (b) further permits this as a change of provider: (i) cannot be made for economic and technical reasons as requirements of interchangeability or interoperability of services procured under the original procurement and given the need to ensure continued services; and (ii) will cause significant inconvenience and duplication of costs. It has also been brought about by unforeseen inflationary pressures and in particular wage inflation. (ii) the modification does not alter the overall nature of the contract; Regulation 72(1)(c) permits this extension as the overall nature of the contract is not altered. The modification does not alter the existing contract with Cobra as similar duties are carried out under their current contract, such as: - Opening/closing of facilities - Litter picking - Cleaning of welfare facilities - Building/facility inspections - Legionella flushing of facilities. - Playing surface inspections There is extension to the number of sites and the additional services Cobra will be responsible for following this modification include, but are not limited to: - Erecting corner flags for pitches - Rolling out of roll-away football goal nets. - Extension of cleaning to include changing facilities. Due to unforeseen inflationary pressures, combined with the increase in minimum/living wage an uplift will be applied to the originally tendered hourly of 14.9% for the existing services and 22.2% for the additional duties performed by way of the variation of the contract. (iii) any increase in price does not exceed 50% of the value of the original contract or framework agreement. The increase in the expenditure in the contract brought about through the increase in services and the increase in the minimum/living wage will not exceed 50% of the value of the original contract and indeed is currently estimated to fall within the levels permitted under Regulation 72 (5) but notwithstanding this notice is published in the interest of transparency."
}
]
}
],
"language": "en"
}