Tender

Security Services

  • Norwich Bioscience Partnership (NBI Partnership Ltd)

F17: Contract notice for contracts in the field of defence and security

Notice identifier: 2022/S 000-036386

Procurement identifier (OCID): ocds-h6vhtk-0393bd

Published 22 December 2022, 1:21pm



Section one: Contracting authority/entity

one.1) Name, addresses and contact point(s)

Norwich Bioscience Partnership (NBI Partnership Ltd)

Norwich Research Park John Innes Centre. Colney Norwich

Norwich

NR4 7UH

Email(s)

securityprocurement@nbi.ac.uk.com

Country

United Kingdom

Companies House

07902599

Internet address(es)

General address of the contracting authority/entity

https://www.nbi.ac.uk

Further information

Further information can be obtained from the above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and 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)

one.2) Type of the contracting authority

Body governed by public law

one.3) Main activity

Environment

Education

Other activity

Research

one.4) Contract award on behalf of other contracting authorities/entities

The contracting authority is purchasing on behalf of other contracting authorities:

No


Section two: Object of the contract

two.1) Description

two.1.1) Title attributed to the contract by the contracting authority

Security Services

two.1.2) Type of contract and location of works, place of delivery or of performance

Services

Service category No 4: Investigation and security services

Main site or location of works, place of delivery or of performance

NBI Partnership Ltd. Norwich Research Park, Colney. Norwich. NR4 7UH

NUTS code

  • UKH - East of England

two.1.5) Short description of the contract or purchase(s)

NBI Partnership Ltd is seeking a reputable Security service provider to ensure effective and efficient security services.

two.1.6) Common procurement vocabulary (CPV)

  • 79710000 - Security services

two.1.7) Information about subcontracting

The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed

The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract

The contracting authority/entity may oblige the successful tenderer to award all or certain subcontracts

two.1.8) Lots

This contract is divided into lots: No

two.1.9) Information about variants

Variants will be accepted: No

two.2) Quantity or scope of the contract

two.2.1) Total quantity or scope

NBI Partnership is seeking to appoint a reputable Security Service provider to deliver security services on its campus.

Estimated value excluding VAT:

Range: between £950,000 and £1,100,000

two.2.2) Information about options

Options: Yes

Description of these options: The contract is for 5 years with an option to extend by 1yr + 1yr. Maximum of 7 years.

two.3) Duration of the contract or time limit for completion

Duration in months: 60 (from the award of the contract)


Section three. Legal, economic, financial and technical information

three.2) Conditions for participation

three.2.1) Personal situation

Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: As set out in the Selection Questionnaire.

Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: As set out in the Selection Questionnaire.

three.2.2) Economic and financial ability

Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met: As set out in the Selection Questionnaire.

Minimum level(s) of standards possibly required: As set out in the Selection Questionnaire.

Criteria regarding the economic and financial standing of subcontractors (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met: As set out in the Selection Questionnaire.

Minimum level(s) of standards possibly required: As set out in the Selection Questionnaire.

three.2.3) Technical and/or professional capacity

Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met: As set out in the Selection Questionnaire.

Minimum level(s) of standards possibly required: As set out in the Selection Questionnaire.

Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection)

Information and formalities necessary for evaluating if the requirements are met: As set out in the Selection Questionnaire.

Minimum level(s) of standards possibly required: As set out in the Selection Questionnaire.


Section four: Procedure

four.1) Type of procedure

four.1.1) Type of procedure

Restricted

four.1.2) Limitations on the number of operators who will be invited to tender or to participate

Envisaged number of operators: 5

Objective criteria for choosing the limited number of candidates: As set out in the Selection Questionnaire.

four.2) Award criteria

four.2.1) Award criteria

the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

four.2.2) Information about electronic auction

An electronic auction has been used: no

four.3) Administrative information

four.3.2) Previous publication(s) concerning the same contract

no

four.3.4) Time limit for receipt of tenders or requests to participate

6 January 2023 - 12:00pm

four.3.6) Language(s) in which tenders or requests to participate may be drawn up

English


Section six: Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 5 years from award of Contract subject to the option of extending 1 year plus 1 year giving a maximum of 7 years.

six.3) Additional information

Contact only to be made via email securityprocurement@nbi.ac.uk.com

Time limit for request to participate noon 06-01-2023, Tender submission date as per ITT.