Published date: 1 April 2022

This notice was replaced on 3 May 2023

This notice does not contain the most up-to-date information about this procurement. The most recent notice is:

Awarded contract (published 3 May 2023)

Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.


Contract summary

Industry

  • ID cards - 22455000

  • Computer equipment and supplies - 30200000

  • Electric conductors for access control systems - 31351000

    • Surveillance and security systems and devices - 35120000

    • Access control system - 42961100

    • Engineering work for security installations - 45222300

    • Security software package - 48730000

    • Information systems and servers - 48800000

    • Repair and maintenance services of security equipment - 50610000

    • Security software development services - 72212730

    • Helpdesk and support services - 72253000

    • Software-related services - 72260000

    • Call centre - 79512000

Location of contract

London

Value of contract

£5,000,000 to £8,000,000

Procurement reference

STC1161

Published date

1 April 2022

Closing date

12 May 2022

Closing time

12pm

Contract start date

31 January 2023

Contract end date

30 January 2033

Contract type

Service contract

Procedure type

Restricted procedure (above threshold)

A two-stage procedure, where the first stage is used to select suppliers, who are then invited to bid in the second stage.

This procedure can be used for procurements above the relevant contract value threshold.

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

No


Description

The Authority is looking to engage a contractor with the capability and capacity to lead, coordinate and deliver new Automatic Access Control System (AACS) software including the hardware platforms that support the software such as servers and terminals (but not door controllers or card readers). The contract will include installation and commissioning of the new software and hardware, the ongoing support including software updates, help desk / call centre support and the maintenance and repair of the new AACS software and related equipment. The Authority will procure some services from the incumbent supplier to enable a smooth transition from the old AACS system software to the new if required.
In scope will be the Parliamentary Estate including the Palace of Westminster and all outbuildings, any buildings added to the estate in future and decant buildings resulting from Restoration & Renewal (R&R). The new software must have the flexibility and sufficient capacity to cover all estate expansion.
The intention is to use the In-Tend e-Sourcing Portal for the PQQ and ITT Publishing.

In-Tend e-Sourcing Portal:
Suppliers must read through this set of instructions and follow the process to respond to this opportunity. The information and PQQ documents for this opportunity are available on the Parliamentary e-sourcing portal In-Tend. You must register on the In-Tend site to respond to this opportunity https://in-tendhost.co.uk/parliamentuk/aspx/Home

Please ensure you follow any instruction provided to you. The deadline for submitting your response(s) is detailed within this contract notice and the PQQ. PQQ submissions must be uploaded to the portal; electronic responses submitted via e-mail are not acceptable. Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents. If you are experiencing problems, please contact the PPCS Business Support team via email: ppcs@parliament.uk or call +44 (0)207 219 1600 for further assistance.

Please visit In-Tend (link above) for full details and to register your interest in this procurement.
To access the PQQ documents select the tender reference STC1161 in the 'current tenders' list, click on the 'view tender details' and express interest by clicking on the button provided.


More information

Previous notice about this procurement

STC1161 - Automated Access Control System (AACS) Software, Ongoing Support, Maintenance and Hardware

  • Early engagement
  • Published 28 January 2022

Links

Additional text

This procurement will be using the Defence and Security Public Contracts Regulations 2011 (DSPCR).

Pre-Qualification Questionnaire (PQQ):
The selection criteria in the PQQ contains both pass/fail questions and scored questions. A PQQ response that is deemed a "Fail" against any Pass/Fail question will be non-compliant. A breakdown of the scoring and weightings for the scored questions is detailed within the PQQ and PQQ Guidance document, this document also details the evaluation process for the PQQ responses.

All fully compliant PQQ responses will be evaluated, scored and then ranked. A maximum of four (4) potential suppliers (with compliant PQQs) with the highest total marks will be taken through to the next stage of the tender process where a link to the Invitation to Tender (ITT) will then be sent, via In-Tend, to the selected companies (subject to security clearances being confirmed).

Companies who are successful at the PQQ stage and are selected to participate in the ITT stage and wish to receive an ITT must have the capability to handle, store and manage documentation up to the classification of Highly Restricted.
Baseline Personnel Security Standard and Parliamentary security clearances
If successful at PQQ Stage all personnel involved in the following ITT tender stage process must be UK Nationals, will be required to comply with the HMG Baseline Personnel Security Standard (BPSS) pre-employment checks and have obtained the Parliamentary security clearance Counter Terrorism Check (CTC) for the personnel who will have access to the Authority's data for the purpose to work on or have access to the ITT for this Contract. Please see the PQQ Guidance document on the requirements regarding the timelines on submitting clearance forms for CTC if successful at PQQ stage.
This will be in line with Cabinet Office guidance on BPSS and the Home Office guide on preventing illegal working. Further information is also provided in the e-tendering portal https://in-tendhost.co.uk/parliamentuk/aspx/BuyerProfiles, including guidance on obtaining security clearance (CTC) for personnel working on the Parliamentary Estate, having access to the Authority's IT network and/or data.
Some personnel who will be involved in the delivery of the future contract must be UK Nationals, cleared at Security Check (SC) level as a minimum.

Please note that clarification questions should be sent and will be answered through In-Tend.
Please check this system daily. The closing date for clarification questions to the PQQ is 28/04/2022 at 23:59hrs.

Invitation to Tender:
Full details of the requirement / specification will be provided with the ITT at stage 2 of the process. In addition, the Authority reserves the right to add items of similar nature to the contract during the lifetime of the contract.


About the buyer

Contact name

David Martin

Address

Westminster
LONDON
SW1A 0AA
England

Telephone

+442072195679

Email

martindb@parliament.uk

Website

https://in-tendhost.co.uk/parliamentuk/aspx/Home