Security Services Tender
NIE shall require a service that will monitor and maintain the security of designated premises within the NIE estate through the use of remote monitoring of technical security measures including CCTV, Access Control, and Intruder Detection Systems.
UK-Belfast: Security services
2013/S 090-153450
Contract notice – utilities
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Northern Ireland Electricity
120 Malone Road
For the attention of: Philip Allen
BT9 5HT Belfast
UNITED KINGDOM
Telephone: +44 25661856
E-mail: philip.allen@nie.co.uk
Fax: +44 25661856
Internet address(es):
General address of the contracting entity: www.nie.co.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Main activity
Electricity
I.3)Contract award on behalf of other contracting entities
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
Security Services
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Northern Ireland.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 3
Duration of the framework agreement
Duration in years: 3
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT
Range: between 3 500 000 and 5 000 000 GBP
II.1.5)Short description of the contract or purchase(s):
NIE shall require a service that will monitor and maintain the security of designated premises within the NIE estate through the use of remote monitoring of technical security measures including CCTV, Access Control, and Intruder Detection Systems (IDS), the use of manned guarding and the installation of both technical and physical security countermeasures.
II.1.6)Common procurement vocabulary (CPV)
79710000, 79711000, 79715000, 50610000, 79714000, 79716000, 79713000, 35121000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Information about lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
This is a frame work contract for a period of three years. The quantity of work shall be as instructed by the Contracting Entity during that period. There shall also be an option, entirely at the discretion of the Contracting Entity, to extend the contract for up to a further two years.
Estimated value excluding VAT: 7 500 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
To be detailed in Tender Enquiry document.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions:
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: — full company name and address,
— contact names, status, telephone numbers and email addresses,
— organisational structure,
— names, qualifications and experience of relevant personnel,
— details of staffing levels,
— length of time trading,
— corporate Social Responsibility policy.
Confirmation of:
i) Ability to communicate competently in English at commercial and technical levels;
ii) Acceptance of Northern Ireland Law as governing any contract awarded;
iii) Acceptance of the jurisdiction of Northern Ireland courts;
iv) No record of successful court actions involving fraud or other breaches of the Companies Act or similar law in an EU member state or the USA.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Audited accounts for last three years, or similar financial history.Appropriate statement and reference from bank to confirm financial viability.Details of insurances to cover provision of required services.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: — details (client, value, description, date) of similar contracts undertaken in last five years,
— contact name, address, telephone number and email address of at least two clients who may be approached fo a reference,
— value of the largest contract undertaken during the last 5 years,
— details of training, certification and/or experience of staff in relation to temporary traffic management.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
S1132
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents: 31.5.2013 – 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
31.5.2013 – 12:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 3 years
VI.2)Information about European Union funds
VI.3)Additional information:
This notice is a request for suitable companies to register their interest in participating in the tender procedure for this contract.A pre-qualification selection procedure will be undertaken which may include the issue by the Contracting Entity of a Request for Information document.To be considered for inclusion in the pre-qualification procedure companies must submit all information requested in this notice or otherwise requested by the Contracting Entity.Suitable companies shall submit their application of interest together with the information requested within the notice, or otherwise requested by the Contracting Entity. One hard copy and one electronic copy shall be submitted.The Contracting Entity, using the submitted information, will select a shortlist of Preferred Companies who will be issued with a tender enquiry document.The Contracting Entity shall not be held responsible for the making of payment for any costs or expenses whatsoever incurred by a company registering their interest in participating in the tender procedure or incurred by a company in the preparation and submission of a tender or participating in the tender procedure
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:7.5.2013