- Scope of the procurement
- S1132 (2020) Lot 1 - Alarm Receiving & Monitoring Centre
- S1132 (2020) Lot 2 - Maintenance of Equipment and Design Installation
- S1132 (2020) Lot 3 - Guarding Manned & Mobile
- S1132 (2020) Lot 4 - Combined Lots 1 to 3, Alarm Receiving and Monitoring Centre, Maintenance of Equipment and Design Installation, Guarding - Manned and Mobile
Section one: Contracting entity
one.1) Name and addresses
Northern Ireland Electricity Networks Limited
120 Malone Road,
Belfast,
BT9 5HT
Noreen.Magowan@nienetworks.co.uk
Country
United Kingdom
NUTS code
UKN - NORTHERN IRELAND
Internet address(es)
Main address
Buyer's address
https://e-sorucingni.bravosolution.co.uk
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.6) Main activity
Electricity
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
S1132 (2020) Security Services
Reference number
S1132 (2020)
two.1.2) Main CPV code
- 79700000 - Investigation and security services
two.1.3) Type of contract
Services
two.1.4) Short description
The Contracting Entity intends to establish a Framework Arrangement under which it shall appoint Economic Operators to enter into either separate Framework Agreements for the provision of Security Services across three (3) separate Lots or lot 4. Each Framework Agreement will be for a period of three (3) years with an option, exercisable entirely at the discretion of the Contracting Entity and subject to the terms of the Framework Agreement, to extend by a further optional period of up to two (2) years, with a total potential duration of five (5) years.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £3,314,000
two.2) Description
two.2.1) Title
S1132 (2020) Lot 1 - Alarm Receiving & Monitoring Centre
Lot No
1
two.2.2) Additional CPV code(s)
- 42961100 - Access control system
- 44221310 - Access gates
- 79711000 - Alarm-monitoring services
- 79714000 - Surveillance services
two.2.3) Place of performance
NUTS codes
- UKN - NORTHERN IRELAND
Main site or place of performance
NORTERN IRELAND
two.2.4) Description of the procurement
All Works and Services as per the key activities below:
• Establish, maintain and monitor the integrity of the security at specified NIE Networks sites using CCTV, PIDS (Perimeter Intrusion Detection Systems, Dual Security and Fire Alarms and other technical and physical security measures to protect NIE Networks' physical assets, critical infrastructure and material at specified sites.
• Control and supervise access to each designated site by pedestrians and vehicular traffic, managing access of approved staff, visitors and contractors. The Economic Operator shall provide NIE Networks with an instruction of procedures for each site prior to the commencement of the contract.
• Monitor and report all equipment failures, incidents and any other event necessary to ensure the protection of NIE property and assets.
If this Lot is awarded the Contracting Entity will enter into a Framework Agreement with one Economic Operator for this Lot (in the form attached at Appendix M of the Tender Documents) with Call-off Contracts allocated on a direct award basis, as set out in the Call-off Procedure (in Appendix C of the Tender Documents).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30%
Price - Weighting: 70%
two.2.11) Information about options
Options: Yes
Description of options
Each Framework Agreement will be for a period of three (3) years with an option, exercisable entirely at the discretion of the Contracting Entity and subject to the terms of the Framework Agreement, to extend by a further optional period of up to two (2) years, with a total potential duration of five (5) years.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
S1132 (2020) Lot 2 - Maintenance of Equipment and Design Installation
Lot No
2
two.2.2) Additional CPV code(s)
- 42961100 - Access control system
- 44221310 - Access gates
- 50116100 - Electrical-system repair services
- 50324100 - System maintenance services
- 50324200 - Preventive maintenance services
- 50610000 - Repair and maintenance services of security equipment
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
two.2.3) Place of performance
NUTS codes
- UKN - NORTHERN IRELAND
Main site or place of performance
NORTHERN IRELAND
two.2.4) Description of the procurement
Description: All Works and Services as per the key activities below:
• Maintenance of existing CCTV, PIDS(Perimeter Intrusion Detection Systems) and other technical and physical security measures in order to aid NIE Networks keep secure its' physical assets, critical infrastructure and material at specified sites as agreed with NIE Networks to meet current and emerging threats.
• Installation of new CCTV, (Perimeter Intrusion Detection Systems) PIDS and other technical and physical security measures in order to aid NIE Networks keep secure its' physical assets, critical infrastructure and material at specified sites as agreed with NIE Networks to meet current and emerging threats
If this Lot is awarded the Contracting Entity will enter into a Framework Agreement with one Economic Operator for this Lot (in the form attached at Appendix M of the Tender Documents) with Call-off Contracts allocated on a direct award basis, as set out in the Call-off Procedure (in Appendix C of the Tender Documents)
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30%
Price - Weighting: 70%
two.2.11) Information about options
Options: Yes
Description of options
Each Framework Agreement will be for a period of three (3) years with an option, exercisable entirely at the discretion of the Contracting Entity and subject to the terms of the Framework Agreement, to extend by a further optional period of up to two (2) years, with a total potential duration of five (5) years.
The Contracting Entity will not award a Framework Agreement for all four (4) Lots. It is the Contracting Entity's intention, following conclusion of the procurement process, to award either: (1) a Framework Agreement to the successful Economic Operator(s) for each of Lot 1 and Lot 2 and 3; or (b) a Framework Agreement to the successful Economic Operator for Lot 4. The procurement documents detail the criteria and process to be adopted to determine whether the Contracting Entity awards separate Framework Agreements for Lots 1 and 2 and 3 or a single Framework Agreement for Lot 4. The choice between Lots will be based on the basis of both the quality and price proposals put forward by Economic Operators
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
S1132 (2020) Lot 3 - Guarding Manned & Mobile
Lot No
3
two.2.2) Additional CPV code(s)
- 79713000 - Guard services
- 79715000 - Patrol services
two.2.3) Place of performance
NUTS codes
- UKN - NORTHERN IRELAND
Main site or place of performance
NORTHERN IRELAND
two.2.4) Description of the procurement
Description: All Works and Services as per the key activities below:
• Provision of manned guarding for two NIE Networks sites at Hannahstown and Craigavon.
o Hannahstown - 2 guards 24/7hrs, 365 days per annum
o Craigavon - 1 guard 07:00 to 18:30, Monday to Thursday, 07:00 to 17:30 Friday, excluding bank and public holidays.
• On occasion the use of mobile patrols to visit designated sites in a specific geographic area and short notice deployment of guards to designated sites for a short period.
If this Lot is awarded the Contracting Entity will enter into a Framework Agreement with one Economic Operator for this Lot (in the form attached at Appendix M of the Tender Documents) with Call-off Contracts allocated on a direct award basis, as set out in the Call-off Procedure (in Appendix C of the Tender Documents)
two.2.5) Award criteria
Quality criterion - Name: QUALITY / Weighting: 70%
Price - Weighting: 70%
two.2.11) Information about options
Options: Yes
Description of options
Each Framework Agreement will be for a period of three (3) years with an option, exercisable entirely at the discretion of the Contracting Entity and subject to the terms of the Framework Agreement, to extend by a further optional period of up to two (2) years, with a total potential duration of five (5) years
The Contracting Entity will not award a Framework Agreement for all four (4) Lots. It is the Contracting Entity's intention, following conclusion of the procurement process, to award either: (1) a Framework Agreement to the successful Economic Operator(s) for each of Lot 1 and Lot 2 and 3; or (b) a Framework Agreement to the successful Economic Operator for Lot 4. The procurement documents detail the criteria and process to be adopted to determine whether the Contracting Entity awards separate Framework Agreements for Lots 1 and 2 and 3 or a single Framework Agreement for Lot 4. The choice between Lots will be based on the basis of both the quality and price proposals put forward by Economic Operators
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
S1132 (2020) Lot 4 - Combined Lots 1 to 3, Alarm Receiving and Monitoring Centre, Maintenance of Equipment and Design Installation, Guarding - Manned and Mobile
Lot No
4
two.2.2) Additional CPV code(s)
- 42961100 - Access control system
- 44221310 - Access gates
- 50116100 - Electrical-system repair services
- 50324100 - System maintenance services
- 50324200 - Preventive maintenance services
- 50610000 - Repair and maintenance services of security equipment
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 79700000 - Investigation and security services
- 79711000 - Alarm-monitoring services
- 79715000 - Patrol services
- 79716000 - Identification badge release services
two.2.3) Place of performance
NUTS codes
- UKN - NORTHERN IRELAND
Main site or place of performance
NORTHERN IRELAND
two.2.4) Description of the procurement
Description: All Works and Services as per the key activities below:
• Establish, maintain and monitor the integrity of the security at specified NIE Networks sites using CCTV, PIDS (Perimeter Intrusion Detection Systems, Dual Security and Fire Alarms and other technical and physical security measures to protect NIE Networks' physical assets, critical infrastructure and material at specified sites.
• Control and supervise access to each designated site by pedestrians and vehicular traffic, managing access of approved staff, visitors and contractors. The Economic Operator shall provide NIE Networks with an instruction of procedures for each site prior to the commencement of the contract.
• Monitor and report all equipment failures, incidents and any other event necessary to ensure the protection of NIE property and assets.
• Maintenance of existing CCTV, PIDS(Perimeter Intrusion Detection Systems) and other technical and physical security measures in order to aid NIE Networks keep secure its' physical assets, critical infrastructure and material at specified sites as agreed with NIE Networks to meet current and emerging threats.
• Installation of new CCTV, (Perimeter Intrusion Detection Systems) PIDS and other technical and physical security measures in order to aid NIE Networks keep secure its' physical assets, critical infrastructure and material at specified sites as agreed with NIE Networks to meet current and emerging threats
• Provision of manned guarding for two NIE Networks sites at Hannahstown and Craigavon.
o Hannahstown - 2 guards 24/7hrs, 365 days per annum
o Craigavon - 1 guard 07:00 to 18:30, Monday to Thursday, 07:00 to 17:30 Friday, excluding bank and public holidays.
• On occasion the use of mobile patrols to visit designated sites in a specific geographic area and short notice deployment of guards to designated sites for a short period.
If this Lot is awarded the Contracting Entity will enter into a Framework Agreement with one Economic Operator for this Lot (in the form attached at Appendix M of the Tender Documents) with Call-off Contracts allocated on a direct award basis, as set out in the Call-off Procedure (in Appendix C of the Tender Documents)
two.2.5) Award criteria
Quality criterion - Name: QUALITY / Weighting: 30%
Price - Weighting: 70%
two.2.11) Information about options
Options: Yes
Description of options
Each Framework Agreement will be for a period of three (3) years with an option, exercisable entirely at the discretion of the Contracting Entity and subject to the terms of the Framework Agreement, to extend by a further optional period of up to two (2) years, with a total potential duration of five (5) years
The Contracting Entity will not award a Framework Agreement for all four (4) Lots. It is the Contracting Entity's intention, following conclusion of the procurement process, to award either: (1) a Framework Agreement to the successful Economic Operator(s) for each of Lot 1 and Lot 2 and 3; or (b) a Framework Agreement to the successful Economic Operator for Lot 4. The procurement documents detail the criteria and process to be adopted to determine whether the Contracting Entity awards separate Framework Agreements for Lots 1 and 2 and 3 or a single Framework Agreement for Lot 4. The choice between Lots will be based on the basis of both the quality and price proposals put forward by Economic Operators
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2020/S 013-027093
four.2.9) Information about termination of call for competition in the form of a periodic indicative notice
The contracting entity will not award any further contracts based on the above periodic indicative notice
Section five. Award of contract
Contract No
S1132 (2020) Security Services
Lot No
1
Title
Alarm Receiving and Monitoring Centre
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
19 January 2021
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
RE:SURE Intelligence Ltd
A15 Kilcoronagh Business Park
Cookstown
BT80 9HJ
Country
United Kingdom
NUTS code
- UKN - NORTHERN IRELAND
The contractor is an SME
Yes
Section five. Award of contract
Contract No
S1132 (2020) Security Services
Lot No
2
Title
Maintenance of Equipment and Design Installation
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
19 January 2021
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Electronic & Security Services Ltd
50 Boucher Place
Belfast
BT12 6HT
Country
United Kingdom
NUTS code
- UKN - NORTHERN IRELAND
The contractor is an SME
Yes
Section five. Award of contract
Contract No
S1132 (2020) Security Services
Lot No
3
Title
Guarding Manned and Mobile
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
19 January 2021
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
BIDVEST Noonan (UK) Limited
3 Lower Thame Street
London
EC3R 6HD
Country
United Kingdom
NUTS code
- UK - UNITED KINGDOM
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £1,210,000
Section five. Award of contract
Contract No
S1132 (2020) Security Services
Lot No
4
Title
Combined Lots 1 to 3, Alarm Receiving and Monitoring Centre, Maintenance of Equipment and Design Installation, Guarding - Manned and Mobile
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Northern Ireland Electricity Networks Limited
120 Malone Road
Belfast
BT9 5HT
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of Justice in Northern Ireland
Royal Courts of Justice, Chichester Street
Belfast
BT1 3JY
Country
United Kingdom