Security Control Centre

Award

Value

£51,600,000

Classifications

  • Security, fire-fighting, police and defence equipment

Tags

  • award

Submission Deadline

9 months ago

Published

2 months ago

Description

The Department for Work and Pensions (DWP) is the UK's largest public service department and is responsible for welfare, pensions, and child maintenance policy. The Department is responsible for administering the State Pension and a range of working age, disability, and ill health benefits to around 20 million claimants. The DWP operates on a scale that is almost unrivalled anywhere in Europe, and most people in Great Britain will encounter the DWP at some point in their lives.

The DWP delivers its services through a leasehold Estate, operating over 800 properties nationally. This includes job centres, assessment centres, corporate centres, and service centres. The DWP Estate is geographically dispersed and has a large footprint on UK high streets as it requires a local presence.

About the SCC:
The Security Control Centre (SCC) is a combination of an Alarm Receiving Centre (ARC), Remote Video Receiving Centre (RVRC) and other centralised security functions. The SCC will provide a central facility for receiving alarm notifications, monitoring Video Surveillance System (VSS) images, utilising radio and other communication technologies, and controlling the response to emergency incidents. The SCC will provide the services 24 hours per day, 365 days per year.

The SCC will provide critical centralisation of all the Authority's security system monitoring, responses, data, and reporting. The appointed SCC Supplier will work closely with Authority, the Total Facilities Management Supplier, Security Guarding Supplier and other members of the Authority's Estates department supply chain to ensure the safety and security of the Authority's employees, customers, and property.

This contract was awarded as part of a Further Competition under Lot 3 of the Crown Commercial Services Framework RM6257 Security - Physical, Technical and Support Services. This contract is for an initial period of 5 years, following a mobilisation period. With the optional extensions of 1 year + 1 year + up to 3 years.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Explosives Detection Dogs (EDD) Training Aids Framework

The Home Office is looking to appoint up to five suppliers to a pan-Government, four-year framework for the provision of Explosives Detection Dogs (EDD) Training Aids, manufactured in strict accordance with a Government-owned technical specification. The Home Office own the UK's Explosives Detection Dogs Strategy. The overarching strategic objective is to deliver robust UK detection dog capabilities against priority threats and scenarios. As part of that Strategy, the EDD National Canine Training and Accreditation Scheme (NCTAS) sets the standards and requirements for EDD teams across Government. This EDD Training Aids Framework is being implemented to allow for the provision of Training Aids aligned to the scheme. The framework is divided into five Lots, determined by the manufacturing process and hazard class of the Training Aids. Each Lot includes in scope: - Manufacture of EDD Training Aids - Delivery and Collection of EDD Training Aids - Disposal and Destruction of EDD Training Aids - Support, Testing, and Advisory Services Similarly to NCTAS, the National Canine Training and Accreditation Scheme - Private Security Industry (NCTAS-P) has in the last few years been made available to industry. As a part of this Framework, Suppliers will also be granted permission to manufacture and sell EDD Training Aids to foreign governments as well as national and international private industry, subject to conditions and Authority approval. Market Engagement was conducted in December 2024 - January 2025, the output of which will be made available to all Bidders as part of the Invitation to Tender (ITT) pack. This procurement will be managed electronically via the Home Office's e-Sourcing Portal (JAGGAER). The information we intend to distribute as part of this procurement is sensitive. As such, we will require a Non-Disclosure Agreement (NDA) and a Security Aspects Letter (SAL) to be completed by all interested parties before access to the ITT can be provided.

Home Office

Published 3 days ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete