Awarded contract

S1132 (2020) Security Services

  • Northern Ireland Electricity Networks Limited

F06: Contract award notice – utilities

Notice reference: 2021/S 000-002667

Published 9 February 2021, 10:56pm



Section one: Contracting entity

one.1) Name and addresses

Northern Ireland Electricity Networks Limited

120 Malone Road,

Belfast,

BT9 5HT

Email

Noreen.Magowan@nienetworks.co.uk

Country

United Kingdom

NUTS code

UKN - NORTHERN IRELAND

Internet address(es)

Main address

www.nienetworks.co.uk

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