Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Dyfarnu Contract

S1132 (2020) Security Service

  • Cyhoeddwyd gyntaf: 16 Chwefror 2021
  • Wedi'i addasu ddiwethaf: 16 Chwefror 2021

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
NIE Networks Ltd
ID Awudurdod:
AA80504
Dyddiad cyhoeddi:
16 Chwefror 2021
Dyddiad Cau:
-
Math o hysbysiad:
Dyfarnu Contract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

All works and services as per the key activities below:

• establish, maintain and monitor the integrity of the security at specified NIE Networks sites using CCTV, PIDS (Perimeter Intrusion Detection Systems, Dual Security and Fire Alarms and other technical and physical security measures to protect NIE Networks' physical assets, critical infrastructure and material at specified sites;

• control and supervise access to each designated site by pedestrians and vehicular traffic, managing access of approved staff, visitors and contractors. The Economic Operator shall provide NIE Networks with an instruction of procedures for each site prior to the commencement of the contract;

• monitor and report all equipment failures, incidents and any other event necessary to ensure the protection of NIE property and assets.

If this lot is awarded the contracting entity will enter into a framework agreement with one economic operator for this lot (in the form attached at Appendix M of the Tender Documents) with call-off contracts allocated on a direct award basis, as set out in the call-off procedure (in Appendix C of the Tender Documents).

Testun llawn y rhybydd

Hysbysiad dyfarnu contract – cyfleustodau

Adran I: Endid contractio

I.1) Enw a chyfeiriad

NIE Networks Ltd

120 Malone Road

Belfast

BT9 5HT

UK

E-bost: Noreen.Magowan@nienetworks.co.uk

NUTS: UKN

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.nienetworks.co.uk/home

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

I.6) Prif weithgaredd

Trydan

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

S1132 (2020) Security Service

Cyfeirnod: S1132 (2020)

II.1.2) Prif god CPV

79700000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The contracting entity intends to establish a framework arrangement under which it shall appoint economic operators to enter into either separate framework agreements for the provision of security services across three (3) separate lots or lot 4. Each framework agreement will be for a period of three (3) years with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the framework agreement, to extend by a further optional period of up to two (2) years, with a total potential duration of five (5) years.

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

II.1.7) Cyfanswm gwerth y caffaeliad

Gwerth heb gynnwys TAW: 3 314 000.00 GBP

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

S1132 (2020) Lot 1: Alarm Receiving and Monitoring Centre

II.2.2) Cod(au) CPV ychwanegol

42961100

44221310

79711000

79714000

II.2.3) Man cyflawni

Cod NUTS:

UKN


Prif safle neu fan cyflawni:

NORTHERN IRELAND.

II.2.4) Disgrifiad o’r caffaeliad

All works and services as per the key activities below:

• establish, maintain and monitor the integrity of the security at specified NIE Networks sites using CCTV, PIDS (Perimeter Intrusion Detection Systems, Dual Security and Fire Alarms and other technical and physical security measures to protect NIE Networks' physical assets, critical infrastructure and material at specified sites;

• control and supervise access to each designated site by pedestrians and vehicular traffic, managing access of approved staff, visitors and contractors. The Economic Operator shall provide NIE Networks with an instruction of procedures for each site prior to the commencement of the contract;

• monitor and report all equipment failures, incidents and any other event necessary to ensure the protection of NIE property and assets.

If this lot is awarded the contracting entity will enter into a framework agreement with one economic operator for this lot (in the form attached at Appendix M of the Tender Documents) with call-off contracts allocated on a direct award basis, as set out in the call-off procedure (in Appendix C of the Tender Documents).

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Quality / Pwysoliad: 30 %

Maen prawf cost: Price / Pwysoliad: 70 %

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

Each framework agreement will be for a period of three (3) years with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the framework agreement, to extend by a further optional period of up to two (2) years, with a total potential duration of five (5) years.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 2

II.2.1) Teitl

S1132 (2020) Lot 2: Maintenance of Equipment and Design Installation

II.2.2) Cod(au) CPV ychwanegol

42961100

44221310

50116100

50324100

50610000

50710000

II.2.3) Man cyflawni

Cod NUTS:

UKN


Prif safle neu fan cyflawni:

NORTHERN IRELAND.

II.2.4) Disgrifiad o’r caffaeliad

All works and services as per the key activities below:

• maintenance of existing CCTV, PIDS(Perimeter Intrusion Detection Systems) and other technical and physical security measures in order to aid NIE Networks keep secure its' physical assets, critical infrastructure and material at specified sites as agreed with NIE Networks to meet current and emerging threats;

• installation of new CCTV, (Perimeter Intrusion Detection Systems) PIDS and other technical and physical security measures in order to aid NIE Networks keep secure its' physical assets, critical infrastructure and material at specified sites as agreed with NIE Networks to meet current and emerging threats.

If this lot is awarded the contracting entity will enter into a framework agreement with one economic operator for this lot (in the form attached at Appendix M of the Tender Documents) with call-off contracts allocated on a direct award basis, as set out in the call-off procedure (in Appendix C of the tender documents)

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Quality / Pwysoliad: 30 %

Maen prawf cost: Price / Pwysoliad: 70 %

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

Each framework agreement will be for a period of three (3) years with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the framework agreement, to extend by a further optional period of up to two (2) years, with a total potential duration of five (5) years.

The contracting entity will not award a framework agreement for all four (4) lots. It is the contracting entity's intention, following conclusion of the procurement process, to award either:

(a) a framework agreement to the successful economic operator(s) for each of Lot 1 and Lot 2 and 3; or

(b) a framework agreement to the successful economic operator for Lot 4.

The procurement documents detail the criteria and process to be adopted to determine whether the contracting entity awards separate framework agreements for Lots 1 and 2 and 3 or a single framework agreement for Lot 4. The choice between Lots will be based on the basis of both the quality and price proposals put forward by economic operators.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 3

II.2.1) Teitl

S1132 (2020) Lot 3: Guarding Manned and Mobile

II.2.2) Cod(au) CPV ychwanegol

79713000

79715000

II.2.3) Man cyflawni

Cod NUTS:

UKN


Prif safle neu fan cyflawni:

NORTHERN IRELAND.

II.2.4) Disgrifiad o’r caffaeliad

All works and services as per the key activities below:

• provision of manned guarding for two NIE Networks sites at Hannahstown and Craigavon.

— Hannahstown - 2 guards 24/7hrs, 365 days per annum;

— Craigavon - 1 guard 7.00 to 18.30, Monday to Thursday, 7.00 to 17.30 Friday, excluding bank and public holidays.

• On occasion the use of mobile patrols to visit designated sites in a specific geographic area and short notice deployment of guards to designated sites for a short period.

If this lot is awarded the contracting entity will enter into a framework agreement with one economic operator for this lot (in the form attached at Appendix M of the Tender Documents) with call-off contracts allocated on a direct award basis, as set out in the call-off procedure (in Appendix C of the Tender Documents).

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Quality / Pwysoliad: 30 %

Maen prawf cost: Price / Pwysoliad: 70 %

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

Each framework agreement will be for a period of three (3) years with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the framework agreement, to extend by a further optional period of up to two (2) years, with a total potential duration of five (5) years

The contracting entity will not award a framework agreement for all four (4) lots. it is the contracting entity's intention, following conclusion of the procurement process, to award either:

(a) a framework agreement to the successful economic operator(s) for each of Lot 1 and Lot 2 and 3; or

(b) a framework agreement to the successful economic operator for lot 4.

The procurement documents detail the criteria and process to be adopted to determine whether the contracting entity awards separate framework agreements for Lots 1 and 2 and 3 or a single framework agreement for Lot 4. The choice between Lots will be based on the basis of both the quality and price proposals put forward by economic operators.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 4

II.2.1) Teitl

S1132 (2020) Lot 4: Combined Lots 1 to 3, Alarm Receiving and Monitoring Centre, Maintenance of Equipment and Design Installation, Guarding — Manned and Mobile

II.2.2) Cod(au) CPV ychwanegol

42961100

44221310

50116100

50324100

50324200

50610000

50710000

79700000

79711000

79715000

79716000

II.2.3) Man cyflawni

Cod NUTS:

UKN


Prif safle neu fan cyflawni:

NORTHERN IRELAND.

II.2.4) Disgrifiad o’r caffaeliad

All works and services as per the key activities below:

• establish, maintain and monitor the integrity of the security at specified NIE Networks sites using CCTV, PIDS (Perimeter Intrusion Detection Systems, Dual Security and Fire Alarms and other technical and physical security measures to protect NIE Networks' physical assets, critical infrastructure and material at specified sites;

• control and supervise access to each designated site by pedestrians and vehicular traffic, managing access of approved staff, visitors and contractors. The Economic Operator shall provide NIE Networks with an instruction of procedures for each site prior to the commencement of the contract;

• monitor and report all equipment failures, incidents and any other event necessary to ensure the protection of NIE property and assets;

• maintenance of existing CCTV, PIDS(Perimeter Intrusion Detection Systems) and other technical and physical security measures in order to aid NIE Networks keep secure its' physical assets, critical infrastructure and material at specified sites as agreed with NIE Networks to meet current and emerging threats;

• installation of new CCTV, (Perimeter Intrusion Detection Systems) PIDS and other technical and physical security measures in order to aid NIE Networks keep secure its' physical assets, critical infrastructure and material at specified sites as agreed with NIE Networks to meet current and emerging threats;

• provision of manned guarding for two NIE Networks sites at Hannahstown and Craigavon.

— Hannahstown - 2 guards 24/7 hours, 365 days per annum;

— Craigavon - 1 guard 7.00 to 18.00, Monday to Thursday, 7.00 to 17.30 Friday, excluding bank and public holidays.

• on occasion the use of mobile patrols to visit designated sites in a specific geographic area and short notice deployment of guards to designated sites for a short period.

If this lot is awarded the contracting entity will enter into a framework agreement with one economic operator for this lot (in the form attached at Appendix M of the Tender Documents) with call-off contracts allocated on a direct award basis, as set out in the call-off procedure (in Appendix C of the Tender Documents).

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Quality / Pwysoliad: 30 %

Maen prawf cost: Cost / Pwysoliad: 70 %

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

Each framework agreement will be for a period of three (3) years with an option, exercisable entirely at the discretion of the contracting entity and subject to the terms of the framework agreement, to extend by a further optional period of up to two (2) years, with a total potential duration of five (5) years.

The contracting entity will not award a framework agreement for all four (4) lots. It is the contracting entity's intention, following conclusion of the procurement process, to award either:

(a) a framework agreement to the successful economic operator(s) for each of Lot 1 and Lot 2 and 3; or

(b) a framework agreement to the successful economic operator for Lot 4.

The procurement documents detail the criteria and process to be adopted to determine whether the contracting entity awards separate framework agreements for Lots 1 and 2 and 3 or a single framework agreement for Lot 4. The choice between lots will be based on the basis of both the quality and price proposals put forward by economic operators.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

negodi gyda galwad am gystadleuaeth

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

Mae'r broses gaffael yn golygu sefydlu cytundeb fframwaith gydag un gweithredwr.

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2020/S 013-027093

Section V: Dyfarnu contract

Rhif y Lot: 1

Rhif Contract: S1132 (2020)

Teitl: Alarm Receiving and Monitoring Centre

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

19/01/2021

V.2.2) Gwybodaeth am dendrau

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

RE:SURE Intelligence Ltd

A15 Kilcoronagh Business Park

Cookstown

BT80 9HJ

UK

NUTS: UKN

BBaCh yw’r contractwr: Ydy

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Cyfanswm gwerth y contract/lot: 300 000.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: 2

Rhif Contract: S1132 (2020)

Teitl: Maintenance of Equipment and Design Installation

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

19/01/2021

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 5

Nifer y tendrau a ddaeth i law gan BBaChau: 5

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

Electronic and Security Services Ltd

50 Boucher Place

Belfast

BT12 6HT

UK

NUTS: UKN

BBaCh yw’r contractwr: Ydy

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Cyfanswm gwerth y contract/lot: 1 804 000.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: 3

Rhif Contract: S1132 (2020)

Teitl: Guarding Manned and Mobile

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

19/01/2021

V.2.2) Gwybodaeth am dendrau

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

BIDVEST Noonan (UK) Ltd

3 Lower Thame Street

London

EC3R 6HD

UK

NUTS: UKN

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Cyfanswm gwerth y contract/lot: 1 210 000.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Section VI: Gwybodaeth ategol

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Northern Ireland Electricity Networks Ltd

120 Malone Road

Belfast

BT9 5HT

UK

VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu

High Court of Justice in Northern Ireland

Royal Courts of Justice, Chichester Street

Belfast

BT1 3JY

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

11/02/2021

Codio

Categorïau nwyddau

ID Teitl Prif gategori
44221310 Gatiau mynediad Ffenestri, drysau ac eitemau cysylltiedig
50610000 Gwasanaethau atgyweirio a chynnal a chadw cyfarpar diogelwch Gwasanaethau atgyweirio a chynnal a chadw deunyddiau diogelwch ac amddiffyn
50710000 Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod trydanol a mecanyddol adeiladau Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod adeiladau
50324200 Gwasanaethau cynnal a chadw ataliol Gwasanaethau cymorth cyfrifiaduron personol
50324100 Gwasanaethau cynnal a chadw systemau Gwasanaethau cymorth cyfrifiaduron personol
79713000 Gwasanaethau giard Gwasanaethau diogelwch
79714000 Gwasanaethau gwyliadwriaeth Gwasanaethau diogelwch
79711000 Gwasanaethau monitro larwm Gwasanaethau diogelwch
79715000 Gwasanaethau patrôl Gwasanaethau diogelwch
79716000 Gwasanaethau rhyddhau bathodynnau adnabod Gwasanaethau diogelwch
79700000 Gwasanaethau ymchwilio a diogelwch Gwasanaethau busnes: y gyfraith, marchnata, ymgynghori, recriwtio, argraffu a diogelwch
50116100 Offerynnau cerdd wedi’u mwyhau’n drydanol Cynnal a chadw ac atgyweirio gwasanaethau sy’n gysylltiedig â rhannau penodol o gerbydau
42961100 System rheoli mynediad System gorchymyn a rheoli

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
Noreen.Magowan@nienetworks.co.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.