London Legacy Development Corporation has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Security Services Framework for the LLDC and London Stadium 185 |
Notice type: | Contract Award Notice |
Authority: | London Legacy Development Corporation |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The London Legacy Development Corporation ('the LLDC') and London Stadium 185 ('LS185') have concluded the procurement of a security specialist to provide services for the entire LLDC estate, venues and open spaces. A Framework Agreement is awarded to a single provider with the term of 4 years. |
Published: | 30/08/2022 12:50 |
View Full Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
The London Legacy Development Corporation
Level 9, 5 Endeavour Square, London, E20 1JN, United Kingdom
Tel. +44 2032881800, Email: camerontodd@londonlegacy.co.uk
Contact: Cameron Todd
Main Address: https://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.4)Type of the contracting authority:
Other type:: Mayoral Development Corporation
I.5) Main activity:
Other activity: Regeneration
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Security Services Framework for the LLDC and London Stadium 185
Reference number: 0368
II.1.2) Main CPV code:
79710000 - Security services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The London Legacy Development Corporation ('the LLDC') and London Stadium 185 ('LS185') have concluded the procurement of a security specialist to provide services for the entire LLDC estate, venues and open spaces. A Framework Agreement is awarded to a single provider with the term of 4 years.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 12,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKI41 - Hackney and Newham
Main site or place of performance:
Hackney and Newham
II.2.4) Description of the procurement: The Service Provider will be responsible for the protection of all staff, visitors, contractors, flora, fauna and assets against attack, theft, damage, injury, corruption or non-availability whether by deliberate or accidental means, at all times, to support the continuity of safe and secure operations at the entire LLDC estate, including QEOP and the London Stadium.
The Service Provider will liaise with the relevant stakeholders to ensure an effective and consistent security service. The Service Provider will deploy a trained competent security presence and a CCTV monitoring service using the CCTV assets and systems located in the venues, public realm and the estate and using the relevant Security Control Suites. All staff operating CCTV shall have a current CCTV Operator licence.
The Service Provider shall provide competent and experienced personnel for roles (including but not limited to) Security Managers, Security Team Leaders, Security Officers, CCTV Operators and Car Park Operators. Personnel will carry out the following duties (including but not limited to):
- Access control and accreditation checking; controlling entrance to and exit from the ensuring that only authorised persons are allowed access to restricted areas.
- Ticket checking for Special Events; controlling entrance to the Site, ensuring that only authorised persons are granted access to the Site.
- Searching; conducting physical searches of people, bags and vehicles to ensure no restricted or prohibited items are allowed into the Site.
- Visitor management; ensuring that the Site is kept free from congestion by moving guests away from bottlenecks and places of potential hazard.
- Car parking; managing the placement of vehicles within designated car parking areas.
- Static guarding: providing a presence whenever required at a single position within the Site in order to establish a physical guarding requirement at any location where it exists.
- Asset protection; carrying out the physical protection of any assets contained within the site to ensure that they are not subjected to malice, mischief or theft.
- Patrolling duties; carrying out patrolling duties within and outside the Site perimeter to deter unauthorised entry and to detect signs of damage, fire, or unauthorised entry to the buildings, installations and the perimeter fences of the Site.
- Event services supervision; effective supervision of the event safety and security staff to ensure that at all times it meets the contractual obligations and operational requirements set out in the Framework Agreement.
- Other security services as instructed from time to time.
II.2.5) Award criteria:
Quality criterion - Name: Technical Evaluation / Weighting: 60
Price - Weighting: 40
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
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: Yes
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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 OJEU: 2022/S 000-004708
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: 0368
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 02/08/2022
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
G4S Secure Solutions (UK) Limited, 1046019
2nd Floor, Chancery House, St Nicholas Way, Sutton, SM11JB, United Kingdom
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 12,000,000
Total value of the contract/lot: 12,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=717291531
VI.4) Procedures for review
VI.4.1) Review body
The London Legacy Development Corporation
Level 9, 5 Endeavour Square, London, E20 1JN, United Kingdom
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 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 of an appeal.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 30/08/2022