Tender

Personal Safety Device Framework

SUFFOLK COUNTY COUNCIL

This public procurement record has 2 releases in its history.

TenderUpdate

08 Jan 2026 at 10:49

Tender

12 Dec 2025 at 15:05

Summary of the contracting process

Suffolk County Council has issued an open tender for a Personal Safety Device Framework under its procurement process. The focus of this procurement is to secure a monitored Lone Worker and Personal Safety solution, targeting various public contracting authorities in the UK. This includes entities such as district councils, police, and educational institutions. The procurement falls under the industry category of health and safety services (CPV: 71317200). The submissions are being accepted electronically with a deadline of 23rd January 2026 at 12:00 noon, and clarifications can be sought until 2nd January 2026 at 5 pm. The procurement process is in the 'Tender' stage, and the framework agreement will be in effect from 1st June 2026 to 31st May 2030. The estimated contract value is up to £4,000,000, excluding VAT, and the council is open to small and medium enterprises (SMEs) and voluntary and community sector enterprises (VCSEs) participation.

This tender provides an excellent opportunity for businesses specialising in safety technology and solutions to gain a foothold in the public sector market. With Suffolk County Council as the contracting authority, the selected business will have the potential to serve a broad range of public bodies, offering devices and services that enhance the safety of lone workers. Companies with a strong track record in providing reliable health and safety solutions, particularly those certified to relevant industry standards like BS8484 and ISO/IEC 27001, will be well-positioned to compete. This contract fosters business growth by providing a stable and extended period of service over four years, allowing businesses to expand their reach and build lasting relationships with public sector clients across the UK.

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

Personal Safety Device Framework

Notice Description

Suffolk County Council wishes to procure a single vendor framework for Personal Safety Devices. The Framework will be available for use by Suffolk County Council, including any trading organisations wholly owned by the Council; arm's length bodies established by the Council and other public contracting authorities within the UK, including but not limited to: district and borough councils; Mayoral Authorities; Unitary Authorities; County Councils; Police; Fire and Rescue Services; Ambulance Services, Probation Service; Health Authorities; Voluntary and Community Sector; Higher and Further Educational establishments; Schools; Free schools, Academies and Pupil Referral Units. The contract is for the provision of a monitored Lone Worker and Personal Safety solution, with devices that allow actuations with appropriate intervention as required, assisting staff in carrying out their duties safely, and minimising additional risks associated with working alone. Included in this contract is training for all users of these services. Included in this contract is training for all users of these services. The aim is to provide maximum flexibility for SCC and any other organisations who may choose to use the Framework, in ensuring the personal safety of its employees. We require a range of devices and solutions that can be used by individuals who have differing risk levels in the delivery of their duties. We require devices and solutions that are easy to use and have proportionate escalation methods and routes. Devices and solutions should be provided for a wide range of needs, roles and risk profiles. This opportunity is available in the 'Current Tenders' area of portal. Interested parties are invited to express their interest to gain full access to the tender documentation. The deadline date for submissions of the tender is 23rd January 2026 at 12:00 (noon). Please note late returns will NOT be permitted. The deadline for clarification questions is 2nd January 2026 at 5pm which must be generated via the correspondence option on the website. The total framework value is up to PS4,000,000 (excluding VAT).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05f50c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/001350-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71317200 - Health and safety services

Notice Value(s)

Tender Value
£4,000,000 £1M-£10M
Lots Value
£4,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
8 Jan 20261 months ago
Submission Deadline
23 Jan 2026Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 May 2026 - 31 May 2030 4-5 years
Recurrence
2029-11-01

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
SUFFOLK COUNTY COUNCIL
Contact Name
Michelle Youngs
Contact Email
michelle.youngs@suffolk.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
IPSWICH
Postcode
IP1 2BX
Post Town
Ipswich
Country
England

Major Region (ITL 1)
TLH East (England)
Basic Region (ITL 2)
TLH6 Suffolk
Small Region (ITL 3)
TLH62 Ipswich
Delivery Location
Not specified

Local Authority
Ipswich
Electoral Ward
Gipping
Westminster Constituency
Ipswich

Further Information

Notice Documents

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-05f50c-2026-01-08T10:49:12Z",
    "date": "2026-01-08T10:49:12Z",
    "ocid": "ocds-h6vhtk-05f50c",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PHVH-1657-HHMV",
            "name": "Suffolk County Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PHVH-1657-HHMV"
            },
            "address": {
                "streetAddress": "Endeavour House, 8 Russell Road",
                "locality": "Ipswich",
                "postalCode": "IP1 2BX",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH14"
            },
            "contactPoint": {
                "name": "Michelle Youngs",
                "email": "michelle.youngs@suffolk.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PHVH-1657-HHMV",
        "name": "Suffolk County Council"
    },
    "planning": {
        "noEngagementNoticeRationale": "An F01: Prior information notice was published on 24 January 2025, 11:50am. Notice identifier: 2025/S 000-002502 Procurement identifier (OCID): ocds-h6vhtk-04d602"
    },
    "tender": {
        "id": "PA0031",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Personal Safety Device Framework",
        "description": "Suffolk County Council wishes to procure a single vendor framework for Personal Safety Devices. The Framework will be available for use by Suffolk County Council, including any trading organisations wholly owned by the Council; arm's length bodies established by the Council and other public contracting authorities within the UK, including but not limited to: district and borough councils; Mayoral Authorities; Unitary Authorities; County Councils; Police; Fire and Rescue Services; Ambulance Services, Probation Service; Health Authorities; Voluntary and Community Sector; Higher and Further Educational establishments; Schools; Free schools, Academies and Pupil Referral Units. The contract is for the provision of a monitored Lone Worker and Personal Safety solution, with devices that allow actuations with appropriate intervention as required, assisting staff in carrying out their duties safely, and minimising additional risks associated with working alone. Included in this contract is training for all users of these services. Included in this contract is training for all users of these services. The aim is to provide maximum flexibility for SCC and any other organisations who may choose to use the Framework, in ensuring the personal safety of its employees. We require a range of devices and solutions that can be used by individuals who have differing risk levels in the delivery of their duties. We require devices and solutions that are easy to use and have proportionate escalation methods and routes. Devices and solutions should be provided for a wide range of needs, roles and risk profiles. This opportunity is available in the 'Current Tenders' area of portal. Interested parties are invited to express their interest to gain full access to the tender documentation. The deadline date for submissions of the tender is 23rd January 2026 at 12:00 (noon). Please note late returns will NOT be permitted. The deadline for clarification questions is 2nd January 2026 at 5pm which must be generated via the correspondence option on the website. The total framework value is up to PS4,000,000 (excluding VAT).",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71317200",
                        "description": "Health and safety services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 4800000,
            "amount": 4000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1,
                "method": "withoutReopeningCompetition",
                "type": "open",
                "buyerCategories": "The Framework will be available for use by Suffolk County Council, including any trading organisations wholly owned by the Council; arm's length bodies established by the Council and other public contracting authorities within the UK, including but not limited to: district and borough councils; Mayoral Authorities; Unitary Authorities; County Councils; Police; Fire and Rescue Services; Ambulance Services, Probation Service; Health Authorities; Voluntary and Community Sector; Higher and Further Educational establishments; Schools; Free schools, Academies and Pupil Referral Units.",
                "description": "As detailed in the tender documentation.",
                "buyerLocationRestrictions": [
                    {
                        "gazetteer": {
                            "scheme": "GB-ITL",
                            "identifiers": [
                                "UK"
                            ]
                        }
                    },
                    {
                        "gazetteer": {
                            "scheme": "GB-ITL",
                            "identifiers": [
                                "UK"
                            ]
                        }
                    }
                ]
            }
        },
        "submissionMethodDetails": "www.suffolksourcing.uk",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-01-23T12:00:00Z"
        },
        "enquiryPeriod": {
            "endDate": "2026-01-02T17:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-05-11T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 4800000,
                    "amount": 4000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Cost",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Cost",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "A minimum Creditsafe credit reference agency score of 50 is required at the time of evaluation. If this threshold is not met (or a Creditsafe score cannot be obtained), the contracting authority may conduct a more detailed assessment - such as ratio analysis - using other financial information."
                        },
                        {
                            "type": "technical",
                            "description": "Procurement specific requirements: 1. Do you offer devices/solutions that are operable and fully functional at all times, in all locations, in all weather conditions, and where there is little or no mobile signal? 2. Do you provide monitoring of all live devices and solutions 24 hours a day, 7 days a week and 365 days a year? 3. Is the Alarm Receiving Centre (ARC) accredited to BS9518:2021 and BS EN 50518:2019+A1:2023 Remote centres receiving signals from fire and security systems (or equivalent)? 4. Is your organisation and Sub-Contractors certified to BS8484:2022 Lone Worker Industry Standard (or equivalent)? 5. Is the organisation delivering the Alarm Receiving Centre services certified to BS7858:2019 Security screening of individuals employed in a security environment (or equivalent)? 6. Please confirm that you can provide a range of products to meet the needs of High, Medium and Low risk Users and provide the support response by way of an Alarm Receiving Centre and appropriate escalation processes. 7. Are you and any contractors or Sub Contactors certified to ISO/IEC 27001:2022 (or equivalent)? Other COPs: UK General Data Protection Regulations - Tenderer does not pose a Data Protection risk to the Council (that cannot be mitigated). Organisational standards -Tenderer provides evidence demonstrating how they can meet the specified organisational qualifications or standards Experience of sub-contractor management - Tenderer provides evidence demonstrating how they have previously maintained healthy supply chains with their sub-contractor(s) (if applicable). Health and safety - Tenderer provides their H&S Policy Statement together with an explanation of their H&S arrangements (which should follow a recognised H&S Management system)."
                        },
                        {
                            "type": "economic",
                            "description": "A minimum Creditsafe credit reference agency score of 50 is required at the time of evaluation. If this threshold is not met (or a Creditsafe score cannot be obtained), the contracting authority may conduct a more detailed assessment - such as ratio analysis - using other financial information."
                        },
                        {
                            "type": "technical",
                            "description": "Procurement specific requirements: 1. Do you offer devices/solutions that are operable and fully functional at all times, in all locations, in all weather conditions, and where there is little or no mobile signal? 2. Do you provide monitoring of all live devices and solutions 24 hours a day, 7 days a week and 365 days a year? 3. Is the Alarm Receiving Centre (ARC) accredited to BS9518:2021 and BS EN 50518:2019+A1:2023 Remote centres receiving signals from fire and security systems (or equivalent)? 4. Is your organisation and Sub-Contractors certified to BS8484:2022 Lone Worker Industry Standard (or equivalent)? 5. Is the organisation delivering the Alarm Receiving Centre services certified to BS7858:2019 Security screening of individuals employed in a security environment (or equivalent)? 6. Please confirm that you can provide a range of products to meet the needs of High, Medium and Low risk Users and provide the support response by way of an Alarm Receiving Centre and appropriate escalation processes. 7. Are you and any contractors or Sub Contactors certified to ISO/IEC 27001:2022 (or equivalent)? Other COPs: UK General Data Protection Regulations - Tenderer does not pose a Data Protection risk to the Council (that cannot be mitigated). Organisational standards -Tenderer provides evidence demonstrating how they can meet the specified organisational qualifications or standards Experience of sub-contractor management - Tenderer provides evidence demonstrating how they have previously maintained healthy supply chains with their sub-contractor(s) (if applicable). Health and safety - Tenderer provides their H&S Policy Statement together with an explanation of their H&S arrangements (which should follow a recognised H&S Management system)."
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-06-01T00:00:00+01:00",
                    "endDate": "2030-05-31T23:59:59+01:00"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "082572-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/082572-2025",
                "datePublished": "2025-12-12T15:05:43Z",
                "format": "text/html"
            },
            {
                "id": "001350-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/001350-2026",
                "datePublished": "2026-01-08T10:49:12Z",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2029-11-01T23:59:59Z"
                },
                {
                    "startDate": "2029-11-01T23:59:59Z"
                }
            ]
        },
        "riskDetails": "Suffolk County Council has joined the government's Devolution Priority Programme (DPP), a fast-track programme towards devolution and local government reorganisation. Under the DPP it is proposed that: a) a Mayoral Combined County Authority (MCCA) for Norfolk and Suffolk is established, with strategic powers and headed by an elected mayor (\"Devolution\"). b) the existing two-tier council structure in Suffolk is abolished and replaced with one or more unitary councils covering the current geographical boundary of Suffolk (\"LGR\"). It is possible that both, one or neither of these changes will happen. These changes are declared as known risks as we do not yet know the implications of Devolution and/or LGR. As a result of LGR and Devolution, contract modifications may be necessary to novate, transfer or disaggregate the contract from the one you entered into to one or more successor authorities or the MCAA. Impacts could include changes to geographical boundaries, significant increases and/or decreases in the goods and/or services required due to the change in size/scope of any successor authority or the MCAA. This may also change the scope of the contract Interested Parties should refer to the Invitation to Tender and Contract Terms for the Known Risks. Contract novation, transfer or disaggregation to one or more Successor Authorities or the MCAA within the current geographical boundary of Suffolk. Contract novation, transfer or disaggregation to one or more Successor Authorities or the MCAA outside the current geographical boundary of Suffolk.",
        "amendments": [
            {
                "id": "001350-2026",
                "description": "The submission deadline has been extended by one week because some responses to clarification questions are still outstanding."
            }
        ]
    },
    "language": "en"
}