Civilian Guard Force Service Contract
A Civilian Guardforce service contract on the Sellafield Ltd site for an initial period of 5 years.
United Kingdom-Seascale: Guard services
2018/S 010-018532
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
01002607
Calder Bridge
Seascale
CA20 1PG
United Kingdom
Contact person: Caroline Atkinson
Telephone: +44 1946776156
E-mail: caroline.p.atkinson@sellafieldsites.com
NUTS code: UKD11Internet address(es):Main address: http://www.sellafieldsites.com
Address of the buyer profile: https://sharedsystems.eu-supply.com/ctm/Company/CompanyInformation/Index/3510
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Civilian Guard Force Service
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
A Civilian Guardforce service contract on the Sellafield Ltd site for an initial period of 5 years and extendable to a maximum period of 7 years with a contractor specialized in the security of persons and of premises working under-regulated governance.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Sellafield Site in Seascale Cumbria.
II.2.4)Description of the procurement:
A Civilian Guardforce service contract on the Sellafield Ltd site for an initial period of 5 years and extendable to a maximum period of 7 years with a contractor specialized in the security of persons and of premises working under-regulated governance.
The contractor will be required to deliver a compliant output based service through their team of motivated, well monitored, professional security guards and management personnel, for activities including but not limited to the:
— control of access and egress to the site.
— control of access and egress through the vehicle and personal boundaries within the site.
— control of access and searching (pat-down) into a number of high-security facilities/buildings within the site.
— the provision of support functions, on-demand resource coordinators, and transition support.
— on-site security patrolling and other secondary security duties as and when required by Sellafield Limited.
— Specified Training to a suitably qualified standard to meet compliance requirements.
— regular submission of reports to Sellafield Ltd covering these operations and any incidents which occur.
A more detailed overview of service requirements is provided in the Selection Questionnaire, Appendix A2 available on the Sellafield Limited tender portal CTM. The complete output specification is of a restricted nature and requires security compliance at ITT stage before it can be made available to prospective tenderers.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract will be subject to a breakpoint at year 5. Making this a 5+2 term.
II.2.9)Information about the limits on the number of candidates to be invited
The criteria to be applied at the selection stage of this restricted procedure are set out in the procurement documentation accessible via Sellafield’s Complete Tender Management (CTM) portal.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
The successful bidder will be required to have in place:
— BS-EN ISO 9001 or equivalent.
— BS 7499 or equivalent.
— BS 7858 or equivalent.
— SIA Approved Contractor Status.
In addition, it will be a requirement that all relevant guard force personnel, i.e. the guard [officers] and on-site supervisors and including those that form any reserve pool, are licensed and trained in accordance with the SIA regulations.
Further information is set out in the procurement documentation.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
Refer to the procurement documents provided in CTM.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
Strand
London
United Kingdom
VI.4.2)Body responsible for mediation procedures
70 Fleet Street
London
EC14 1EU
United Kingdom
Telephone: +44 2079367008
E-mail: lcia@lcia.org
VI.4.3)Review procedure
Any appeals should be promptly brought to the attention of the Review body at the Royal Courts of Justice address or to Stuart A Wilson Supply Chain Ombudsman on the email and telephone number provided and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015.
Any appeals must be brought within the timescales specified by the applicable law, including without limitation, the Public Contracts Regulations 2015.
VI.4.4)Service from which information about the review procedure may be obtained
Sellafield
CA20 1PG
United Kingdom
VI.5)Date of dispatch of this notice:
Read More
Target Hardening Service Liverpool
CCTV Security Services Tender Walsall
Victim First Services Leicestershire
West Dunbartonshire Council Cash in Transit Contract
Security Services Tender Manchester