Tender

Provision of quality assurance physical covert testing services

MINISTRY OF JUSTICE

This public procurement record has 1 release in its history.

Tender

29 Jul 2024 at 15:56

Summary of the contracting process

The Ministry of Justice (the Authority) is seeking a supplier for the provision of quality assurance physical covert testing services, specifically to verify current security protocols at HM Courts and Tribunals Service (HMCTS) entrances across the UK. This procurement falls under the services category and is classified as technical testing services (CPV code 71632000). The procurement process is within the tender stage and follows an open procedure method. Key dates include the requirement to submit a Non-Disclosure Agreement (NDA) by 14:00 on 2nd August 2024, with the invitation to view tender documents being issued on 5th August 2024. The total contract value is £600,000, and the initial term is 24 months, with an option to extend for up to an additional 48 months.

This tender presents significant opportunities for businesses specialising in security testing, particularly those with experience in covert physical security across critical national infrastructure. Companies eligible to bid should possess the capacity for near real-time reporting and monthly performance analysis, along with staff cleared to at least CTC level of national security vetting. The contract demands services at approximately 355 HMCTS sites with random testing at 20 sites per month, presenting a continuous workflow and potential for long-term engagement. Suitable companies will need to showcase their ability to deliver meticulous and dynamic testing services whilst adhering to best-practice standards and proposing industry enhancements. This is an excellent opportunity for businesses to secure a substantial and multi-year contract with the Ministry of Justice.

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

Provision of quality assurance physical covert testing services

Notice Description

The Ministry of Justice (the 'Authority') has a requirement for a Supplier to undertake covert physical security search testing ('Covert Tests') to verify the current security supplier's ability to appropriately identify a variety of prohibited items (as agreed with the Authority) at all HM Courts and Tribunals (HMCTS) entrances across the country (approx 355 sites). Interested parties will need to register on the Ministry of Justice Jaggaer portal (link above) and complete and return a Signed NDA. The signed NDA will need to be returned to the Ministry of Justice by 14:00pm on Friday 2nd August 2024. An invitation to view the Tender documents on the Jaggaer portal will be issued out on 5th August 2024 to interested parties who have submitted a completed NDA. NDA form requests and completed forms can be sent to ccmd_hmcts_security@justice.gov.uk

Lot Information

Lot 1

The Ministry of Justice ('the Authority') has a requirement for a Supplier to undertake covert physical security search testing ('Covert Tests') to verify the current security supplier's ability to appropriately identify a variety of prohibited items (as agreed with 'the Authority) at all HM Courts and Tribunals (HMCTS) entrances across the county (approx 355 sites). The Authority requires Covert Tests to be carried out at 20 sites per month at random and unpredictable locations. The Supplier will be required to provide access to a secure reporting system to provide near real-time reporting of the Covert Tests and provide monthly performance reports utilising the data captured and recommend improvements to processes. The Supplier will also be expected to provide recommendations on industry best-practice and emerging processes and techniques. Ad-hoc Covert Testing will also be required at various Ministry of Justice Head office buildings across the UK on an occasional basis. These assignments will be site specific, and the format agreed between the Supplier and the Authority. All staff carrying out the Covert tests and those working on this contract must be National Security Vetting cleared to a minimum of CTC level. A Small number of sites will require SC clearance. Suppliers will need to be able to evidence experience in providing covert physical security testing across critical national infrastructure.

Options: Initial term 24 months with the option to extend for a further 48 months.

Renewal: Initial term 24 months (2yrs) and there will be an option to extend for up to an additional 48 months (4 yrs).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0485a4
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/023660-2024
Current Stage
Tender
All Stages
Tender

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

71 - Architectural, construction, engineering and inspection services


CPV Codes

71632000 - Technical testing services

Notice Value(s)

Tender Value
£600,000 £500K-£1M
Lots Value
£600,000 £500K-£1M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
29 Jul 20241 years ago
Submission Deadline
2 Aug 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF JUSTICE
Contact Name
Not specified
Contact Email
ccmd_hmcts_security@justice.gov.uk
Contact Phone
+44 02033343555

Buyer Location

Locality
LONDON
Postcode
SW1H 9AJ
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

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-0485a4-2024-07-29T16:56:35+01:00",
    "date": "2024-07-29T16:56:35+01:00",
    "ocid": "ocds-h6vhtk-0485a4",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-0485a4",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Provision of quality assurance physical covert testing services",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "71632000",
            "description": "Technical testing services"
        },
        "mainProcurementCategory": "services",
        "description": "The Ministry of Justice (the 'Authority') has a requirement for a Supplier to undertake covert physical security search testing ('Covert Tests') to verify the current security supplier's ability to appropriately identify a variety of prohibited items (as agreed with the Authority) at all HM Courts and Tribunals (HMCTS) entrances across the country (approx 355 sites). Interested parties will need to register on the Ministry of Justice Jaggaer portal (link above) and complete and return a Signed NDA. The signed NDA will need to be returned to the Ministry of Justice by 14:00pm on Friday 2nd August 2024. An invitation to view the Tender documents on the Jaggaer portal will be issued out on 5th August 2024 to interested parties who have submitted a completed NDA. NDA form requests and completed forms can be sent to ccmd_hmcts_security@justice.gov.uk",
        "value": {
            "amount": 600000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Ministry of Justice ('the Authority') has a requirement for a Supplier to undertake covert physical security search testing ('Covert Tests') to verify the current security supplier's ability to appropriately identify a variety of prohibited items (as agreed with 'the Authority) at all HM Courts and Tribunals (HMCTS) entrances across the county (approx 355 sites). The Authority requires Covert Tests to be carried out at 20 sites per month at random and unpredictable locations. The Supplier will be required to provide access to a secure reporting system to provide near real-time reporting of the Covert Tests and provide monthly performance reports utilising the data captured and recommend improvements to processes. The Supplier will also be expected to provide recommendations on industry best-practice and emerging processes and techniques. Ad-hoc Covert Testing will also be required at various Ministry of Justice Head office buildings across the UK on an occasional basis. These assignments will be site specific, and the format agreed between the Supplier and the Authority. All staff carrying out the Covert tests and those working on this contract must be National Security Vetting cleared to a minimum of CTC level. A Small number of sites will require SC clearance. Suppliers will need to be able to evidence experience in providing covert physical security testing across critical national infrastructure.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Techincal",
                            "type": "quality",
                            "description": "70%"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10%"
                        },
                        {
                            "type": "price",
                            "description": "20%"
                        }
                    ]
                },
                "value": {
                    "amount": 600000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2160
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Initial term 24 months (2yrs) and there will be an option to extend for up to an additional 48 months (4 yrs)."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Initial term 24 months with the option to extend for a further 48 months."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://ministryofjusticecommercial.bravosolution.co.uk",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasElectronicAuction": true,
            "electronicAuction": {
                "description": "https://ministryofjusticecommercial.bravosolution.co.uk"
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-08-02T14:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "awardPeriod": {
            "startDate": "2024-09-04T14:00:00+01:00"
        },
        "bidOpening": {
            "date": "2024-09-04T14:00:00+01:00",
            "description": "Blind Procedure"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-6365",
            "name": "Ministry of Justice",
            "identifier": {
                "legalName": "Ministry of Justice"
            },
            "address": {
                "streetAddress": "102 Petty France",
                "locality": "London",
                "region": "UK",
                "postalCode": "SW1H 9AJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 02033343555",
                "email": "ccmd_hmcts_security@justice.gov.uk",
                "url": "https://ministryofjusticecommercial.bravosolution.co.uk"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/ministry-of-justice",
                "buyerProfile": "https://ministryofjusticecommercial.bravosolution.co.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "03",
                        "description": "Public order and safety"
                    }
                ]
            },
            "additionalContactPoints": [
                {
                    "email": "ccmd_hmcts_security@justice.gov.uk"
                }
            ]
        },
        {
            "id": "GB-FTS-3615",
            "name": "Ministry of Justice",
            "identifier": {
                "legalName": "Ministry of Justice"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewContactPoint"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/ministry-of-justice"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-6365",
        "name": "Ministry of Justice"
    },
    "language": "en"
}