London Legacy Development Corporation: Security Services Framework for the LLDC and London Stadium 185

  London Legacy Development Corporation is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Security Services Framework for the LLDC and London Stadium 185
Notice type: Contract 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') are seeking to engage a security specialist which shares our ambition for the entire LLDC estate to be industry leading and bench-marked favorably against high performance estates, venues and open spaces. The objective is to award a Framework Agreement to a single provider with the term of 4 years.
Published: 18/02/2022 15:33
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Security services.
Section I: Contracting Authority
      I.1) Name and addresses
             The London Legacy Development Corporation
             Level 10, 1 Stratford Place, Montfichet Road, London, E20 1EJ, United Kingdom
             Tel. +44 2032881800, Email: procurement@londonlegacy.co.uk
             Contact: Cameron Todd
             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: www.delta-esourcing.com
      Additional information can be obtained from: address as in Annex A.I:
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/38J533S2TG 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: https://www.delta-esourcing.com/
      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: 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') are seeking to engage a security specialist which shares our ambition for the entire LLDC estate to be industry leading and bench-marked favorably against high performance estates, venues and open spaces. The objective is to award a Framework Agreement to a single provider with the term of 4 years.       
      II.1.5) Estimated total value:
      Value excluding VAT: 12,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      79710000 - Security services.
      75242110 - Bailiff services.
      63712710 - Traffic monitoring services.
      98351000 - Car park management services.
      
      II.2.3) Place of performance:
      UKI41 Hackney and Newham
      
      II.2.4) Description of 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.

Shortlisted Applicants will be invited to tender a price for purchasing sponsorship rights, as set-out in the Procurement Documentation.

The detailed requirements of the Services are set out in the Procurement Documents.
      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: 12,000,000       
      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.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
            / Maximum number: 5       
      Objective criteria for choosing the limited number of candidates: 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 follow the link in VI.3 and enter the following access code: 38J533S2TG       


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 the 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 RESTRICTED
      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    
         Framework agreement with a single operator       
         Envisaged maximum number of participants to the framework agreement:
Not Provided               
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Applicable    
   
   
   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: 2021/S 000 - 020530       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 21/03/2022 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 15/04/2022       
      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
      
      

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.

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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Security-services./38J533S2TG

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/38J533S2TG
   VI.4) Procedures for review
   VI.4.1) Review body:
             VI.4.3
       Stratford, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             Not provided
          Stratford, 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 lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 18/02/2022

Annex A
   I) Addresses and contact points from which further information can be obtained:
       The London Legacy Development Corporation
       1 Stratford Place, Westfield Stratford City, Montfichet Road, London, E20 1EJ, United Kingdom
       Email: procurement@londonlegacy.co.uk
       Main Address: https://www.queenelizabetholympicpark.co.uk/
       NUTS Code: UKI41   


View any Notice Addenda

View Award Notice