Tender

Security Services Framework

  • National Nuclear Laboratory

F21: Social and other specific services – public contracts (prior information notice with call for competition)

Notice identifier: 2021/S 000-006338

Procurement identifier (OCID): ocds-h6vhtk-02a034

Published 29 March 2021, 12:14pm



Section one: Contracting authority

one.1) Name and addresses

National Nuclear Laboratory

5th Floor Chadwick House, Birchwood Park

Warrington

WA3 6AE

Contact

Rabia Khan

Email

Rabia.khan@uknnl.com

Telephone

+44 1925939481

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

3857752

Internet address(es)

Main address

www.nnl.co.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13430&B=SELLAFIELD

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13430&B=SELLAFIELD

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Nuclear Decommissioning


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Security Services Framework

Reference number

NNLC171F

two.1.2) Main CPV code

  • 79710000 - Security services

two.1.3) Type of contract

Services

two.1.4) Short description

Multi Lot framework agreement

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Security Consultancy Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 35120000 - Surveillance and security systems and devices
  • 35121000 - Security equipment
  • 35121300 - Security fittings
  • 35125300 - Security cameras
  • 50600000 - Repair and maintenance services of security and defence materials
  • 50610000 - Repair and maintenance services of security equipment
  • 71600000 - Technical testing, analysis and consultancy services
  • 71621000 - Technical analysis or consultancy services
  • 79417000 - Safety consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1a - support to periodic reviews, and support and advice to BAU for managing business change and continuity (emergency planning and resilience)

Lot 1b - support to projects to maintain and adapt operational security arrangements, assist in design projects and other advisory activities as necessary, including the production of operational requirements

Lot 1c - support to projects to maintain and adapt operational security arrangements, assist in design projects and other advisory activities as necessary, including undertaking vulnerability assessments (may attract up to a protective marking of ‘Secret’)

Lot 1d - support to projects to maintain and adapt operational security arrangements, assist in design projects and other advisory activities as necessary, including undertaking blast assessment & analysis (may attract up to a protective marking of ‘Secret’)

Lot 1e - support to projects to maintain and adapt operational security arrangements, assist in design projects and other advisory activities as necessary, including undertaking vital area identification assessments (may attract up to a protective marking of ‘Secret’)

Lot 1f - support to projects to maintain and adapt operational security arrangements, assist in design projects and other advisory activities as necessary, including undertaking: vulnerability assessments and ‘what if’ scenarios through the use of modelling and simulation approaches, including but not limited to blast assessment and vulnerability modelling using ‘AVERT’ or similar packages; Three dimensional (3D) modelling to show physical protection system layouts; and CAD modelling packages may be used as appropriate

two.2.7) Duration of the contract or the framework agreement

Duration in months

48

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.2.14) Additional information

Further information available in Appendix D Procurement Specification.

two.2) Description

two.2.1) Title

Site Based Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 35120000 - Surveillance and security systems and devices
  • 35121000 - Security equipment
  • 35121300 - Security fittings
  • 35121800 - Convex security mirrors
  • 35125300 - Security cameras
  • 44212329 - Security screens
  • 50610000 - Repair and maintenance services of security equipment
  • 79710000 - Security services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot will include:

• Repair, replacement and enhancement of existing security systems

• Maintenance of security systems

• Assessment of obsolescence and spares strategies

two.2.7) Duration of the contract or the framework agreement

Duration in months

48

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.2.14) Additional information

Further information available in Appendix D Procurement Specification.

two.2) Description

two.2.1) Title

Provision of Security Equipment

Lot No

3

two.2.2) Additional CPV code(s)

  • 35121000 - Security equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 3A: Delay

Lot 3B: Detect

Lot 3C: Assess

Lot 3D: Access Control

Lot 3E: Hostile Vehicle Mitigation

Lot 3F: Associated Spares or Equipment

two.2.7) Duration of the contract or the framework agreement

Duration in months

48

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.2.14) Additional information

Further information available in Appendix D Procurement Specification.

two.2) Description

two.2.1) Title

Managed Service

Lot No

4

two.2.2) Additional CPV code(s)

  • 35121000 - Security equipment
  • 79710000 - Security services
  • 71621000 - Technical analysis or consultancy services
  • 79417000 - Safety consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot includes but is not limited to:

- Consultation

- Design

- Procurement of equipment as required

- Repair and Maintenance of equipment as required in line with manufacturer recommendations. Includes routine maintenance, and any additional maintenance and / or troubleshooting and / or repairs as required during the operation of the equipment

- Installation of equipment in line with manufacturer guidelines.

- Implementation

- Training and Education of NNL staff where required to ensure safe and correct operation of equipment in line with manufacturer guidance

- Reporting of MI and adherence to framework and project-specific KPIs

- Upgrading of equipment as necessary

- Safe end of useful life disposal, reuse, or recycling in line with all relevant legislation

two.2.7) Duration of the contract or the framework agreement

Duration in months

48

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.2.14) Additional information

Further information available in Appendix D Procurement Specification.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

This is an Open Procedure to establish a multi Lot framework agreement for Security Services. Full details of the tender and award criteria can be found in the ITT documentation attached.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Any services, projects or contracts delivered under this framework will be performed in the United Kingdom.


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.1.3) Information about a framework agreement

The procurement involves the establishment of a framework agreement

four.1.11) Main features of the award procedure

Full details of the award criteria can be found in the ITT documentation and ITT guidance notes. Tenderers should read all documentation provided before they submit a bid for this tender.

four.2) Administrative information

four.2.2) Time limit for receipt of expressions of interest

Date

7 May 2021

Local time

5:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Full details of this tender can be found in the attached tender documentation.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

London

Country

United Kingdom

Internet address

http://www.justice.gov.uk

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Strand

London

London

Country

United Kingdom

Internet address

http://www.justice.gov.uk

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures:

Any appeals should be promptly brought to the attention of the contact specified in Section I above, 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. In accordance with the Public Contracts Regulations 2015, the Contracting Authority will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.

six.4.4) Service from which information about the review procedure may be obtained

Royal Courts of Justice

Strand

London

Country

United Kingdom

Internet address

http://www.justice.gov.uk