London Legacy Development Corporation: London Stadium Stewarding and Security Services

  London Legacy Development Corporation has published this notice through Delta eSourcing

Notice Summary
Title: London Stadium Stewarding and Security Services
Notice type: Contract Notice
Authority: London Legacy Development Corporation
Nature of contract: Services
Procedure: Open
Short Description: The objective of this procurement is to appoint a framework of contractors for the provision of security and stewarding services at the London Stadium, for a period of 4 years.
Published: 02/07/2021 15:52

View Full Notice

UK-London: Security services.
Section I: Contracting Authority
      I.1) Name and addresses
             London Stadium 185 Limited, 9359341
             The Stadium, Queen Elizabeth Olympic Park, London, E20 2ST, United Kingdom
             Tel. +44 2032881800, Email: procurement@londonlegacy.co.uk
             Main Address: http://www.queenelizabetholympicpark.co.uk, Address of the buyer profile: https://www.delta-esourcing.com
             NUTS Code: UKI41
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Security-services./S2VEV98K39
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Other type:: Mayoral Development Corporation
      I.5) Main activity
            Other activity:

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: London Stadium Stewarding and Security Services       
      Reference Number: 0350
      II.1.2) Main CPV Code:
      79710000 - Security services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The objective of this procurement is to appoint a framework of contractors for the provision of security and stewarding services at the London Stadium, for a period of 4 years.       
      II.1.5) Estimated total value:
      Value excluding VAT: 20,500,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: 4
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: The contracting authority reserves the right to award contracts combining 1 or more lots.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Event Day Steward and Safety Services        
      Lot No: 1       
      II.2.2) Additional CPV codes:
      79710000 - Security services.
      
      II.2.3) Place of performance:
      UKI41 Hackney and Newham
      
      II.2.4) Description of procurement: The Contracting Authority has requirement for Event Day Steward and Safety Services as summarised below:
Supply of Level 2 qualified Safety Stewards for major event days;
Supply of Level 3 qualified Spectator Safety Supervisors;
Supply of SIA Door Supervisors personnel for major event days;
Operation of London Stadium VenueAware staff booking and administration system.

The appointed Contractor(s) must:
Have spare staff to cover any shortfalls;
Background screen staff and ensure the right to work in UK;
Ensure compliance with London Living Wage;
Transport stewards to site and away at own cost;
Provide welfare meals and water if directed to own staff;
Provide uniforms if required.
      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: 16,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please visit https://www.delta-esourcing.com and enter the following Access Code: S2VEV98K39       
II.2) Description Lot No. 2
      
      II.2.1) Title: Response Teams       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      79710000 - Security services.
      
      II.2.3) Place of performance:
      UKI41 Hackney and Newham
      
      II.2.4) Description of procurement: The Contracting Authority has requirement for Response Teams as summarised below:
Supply of SIA Door Supervisors personnel for major event days;
Operation of London Stadium VenueAware staff booking and administration system.

The appointed Contractor(s) must:
Have spare staff to cover any shortfalls;
Background screen staff and ensure the right to work in UK;
Ensure compliance with London Living Wage;
Transport stewards to site and away at own cost;
Provide welfare meals and water if directed to own staff;
Provide uniforms if required.
      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: 3,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please visit https://www.delta-esourcing.com and enter the following Access Code: 793U4BY96P       
II.2) Description Lot No. 3
      
      II.2.1) Title: Traffic Management Services       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      63712700 - Traffic control services.
      
      II.2.3) Place of performance:
      UKI41 Hackney and Newham
      
      II.2.4) Description of procurement: The Contracting Authority has requirement for Traffic Management Services as summarised below:
Supply of Traffic Management Personnel including Chapter 8 and CSAS staff;
Supply of traffic management equipment and signage;
Supply for hire of mobile hostile vehicle mitigation and transport / logistics systems compliant with PAS68 and IWA14. To cover 4 HVM locations on Olympic Park;
Supply of suitably trained personnel for deployment of HVM equipment;
Operation of London Stadium VenueAware staff booking and administration system.

The appointed Contractor(s) must:
Be able to have spare staff to cover any shortfalls;
Background screen staff and ensure right to work in UK;
Ensure compliance with London Living Wage;
Transport staff to site and away at own cost;
Provide welfare meals and water if directed to own staff;
Provide uniforms if required
      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: 1,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please visit https://www.delta-esourcing.com and enter the following Access Code: BN8H7559WE       
II.2) Description Lot No. 4
      
      II.2.1) Title: Security Dog Services       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      79710000 - Security services.
      
      II.2.3) Place of performance:
      UKI41 Hackney and Newham
      
      II.2.4) Description of procurement: The Contracting Authority has requirement for Security Dog Services as summarised below:
Supply of SIA Door Supervisor Handler and Dogs for Expo search and detection
Supply of SIA Door Supervisor Handler and Dogs for Drug Search and detection

The appointed Contractor(s) must:
Have spare staff to cover any shortfalls;
Background screen staff and ensure the right to work in UK;
Ensure compliance with London Living Wage;
Transport stewards to site and away at own cost;
Provide welfare meals and water if directed to own staff;
Provide uniforms if required.
      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: 500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please visit https://www.delta-esourcing.com and enter the following Access Code: 8JBW8252HM       


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:          
      As stated in procurement documents.    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions       
      This contract contains social and environmental requirements. Please see the procurement documents for further details.          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes    

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 20           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 02/08/2021 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 month(s): 4
      
      IV.2.7) Conditions for opening of tenders:
         Date: 02/08/2021
         Time: 12:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.To access the tender documentation for this procurement, your primary contact and / or organisation must register on https://www.delta-esourcing.com. You can enter an Access Code via the response manager in your account to access the tender documentation. Please note there is a different access code for each Lot advertised in this Contract Notice. The Access Code is noted in section II.2.14 of this Contract Notice, in the section for each Lot.

The Contracting Authority will host a virtual Tender Presentation on Thursday 15th July. This Presentation will be hosted via Microsoft Teams and access details will be provided to organisations upon registering and accessing tender documentation on Delta Esourcing.

The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

The Contracting Authority is not, and shall not be, liable for any costs, fees or expenses (including (without limitation) any third party costs, fees or expenses) incurred by any Applicants in considering and/or responding to this procurement process.

Tenderers shall be required to price their tender in pounds sterling. All communications will be conducted in English.

The Contracting Authority reserves the right not to award any contract and to make whatever changes it sees fit to the timetable, structure and/or content of the procurement process and to cancel the process in its entirety at any stage. The Contracting Authority does not bind itself to enter into any contract. No contractual rights express or implied arise out of this notice or the procedures envisaged by it. Any resulting contracts will be considered contracts made in England and wales according to English and Welsh law.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=605200463
   VI.4) Procedures for review
   VI.4.1) Review body:
             See VI.4.3
       See VI.4.3, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Part 3 of the Public Contracts Regulations 2015 addresses the remedies available to economic operators. The LLDC are conducting this procurement on behalf of London Stadium 185 Limited and will incorporate a minimum 10 calendar day standstill period in accordance with Regulation 87 of the Public Contracts Regulations 2015 prior to concluding the award of any contract pursuant to this notice. In the first instance, potentially aggrieved economic operators should notify the LLDC on behalf of London Stadium 185 Limited of an appeal.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 02/07/2021

Annex A


View any Notice Addenda

View Award Notice