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
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.