Section one: Contracting authority
one.1) Name and addresses
National Nuclear Laboratory
5th Floor Chadwick House, Birchwood Park
Warrington
WA3 6AE
Contact
Rabia Khan
Telephone
+44 1925939481
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
3857752
Internet address(es)
Main address
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
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
Strand
London
London
Country
United Kingdom
Internet address
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