Contract notice

Information

Published

Date of dispatch of this notice: 12/01/2018

Expire date: 14/02/2018

External Reference: 2018-203215

TED Reference: 2018/S 010-018532

Contract notice

Cached Version

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Sellafield Ltd
01002607
Calder Bridge
Seascale
CA20 1PG
UK
Contact person: Caroline Atkinson
Telephone: +44 1946776156
NUTS code:  UKD11 -  West Cumbria
Internet address(es):
I.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=10105&B=SELLAFIELD
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Other activity:  Nuclear Decommissioning

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Civilian Guard Force Service
II.1.2)

Main CPV code

79713000  -  Guard services
II.1.3)

Type of contract

Services
II.1.4)

Short description

A Civilian Guardforce service contract on the Sellafield Ltd site for an initial period of 5 years and extendable to a maximum period of 7 years with a contractor specialised in the security of persons and of premises working under regulated governance.
II.1.5)

Estimated total value

Value excluding VAT: 84000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

79713000  -  Guard services
II.2.3)

Place of performance

NUTS code:  UKD11 -  West Cumbria
Main site or place of performance:  
Sellafield Site in Seascale Cumbria
II.2.4)

Description of the procurement

A Civilian Guardforce service contract on the Sellafield Ltd site for an initial period of 5 years and extendable to a maximum period of 7 years with a contractor specialised in the security of persons and of premises working under regulated governance.
The contractor will be required to deliver a compliant output based service through their team of motivated, well monitored, professional security guards and management personnel, for activities including but not limited to the:
• Control of access and egress to the site.
• Control of access and egress though vehicle and personnel boundaries within the site.
• Control of access and searching (pat-down) into a number of high security facilities/buildings within the site.
• The provision of support functions, on demand resource co-ordinators and transition support.
• On-site security patrolling and other secondary security duties as and when required by Sellafield Limited
• Specified Training to a suitably qualified standard to meet compliance requirements.
• Regular submission of reports to Sellafield Ltd covering these operations and any incidents which occur.
A more detailed over view of service requirements is provided in the Selection Questionnaire, Appendix A2 available on the Sellafield Limited tender portal CTM. The complete output specification is of a restricted nature and requires security compliance at ITT stage before it can be made available to prospective tenderers.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 84000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 2018-11-14  /  End: 2025-11-13
This contract is subject to renewal: yes
Description of renewals:  
Contract will be subject to a break point at year 5. Making this a 5+2 term
II.2.9)

Information about the limits on the number of candidates to be invited

Maximum number: 5
Objective criteria for choosing the limited number of candidates:
The criteria to be applied at the selection stage of this restricted procedure are set out in the procurement documentation accessible via Sellafield's Complete Tender Management (CTM) portal.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  The successful bidder will be required to have in place:
• BS-EN ISO 9001 or equivalent
• BS 7499 or equivalent
• BS 7858 or equivalent
• SIA Approved Contractor Status
In addition it will be a requirement that all relevant guard force personnel, i.e. the guard [officers] and on-site supervisors and including those that form any reserve pool, are licensed and trained in accordance with the SIA regulations.
Further information is set out within the procurement documentation.
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Refer to the procurement documents provided in CTM

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  2018-02-14
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 9  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

Royal Courts of Justice
Strand
London
UK

VI.4.2)

Body responsible for mediation procedures

London Court of International Arbitration
70 Fleet Street
London
EC14 1EU
UK
Telephone: +44 2079367008

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Any appeals should be promptly brought to the attention of the Review body at the Royal Courts of Justice address or to Stuart A Wilson Supply Chain Ombudsman on the email and telephone number provided, 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.
VI.4.4)

Service from which information about the review procedure may be obtained

Sellafield Ltd
Sellafield
CA20 1PG
UK