Notice Information
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).
Notice Details
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
Buyer & Supplier
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
-
https://www.find-tender.service.gov.uk/Notice/001350-2026
8th January 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/082572-2025
12th December 2025 - Tender notice on Find a Tender
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-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"
}