Section one: Contracting authority
one.1) Name and addresses
Peabody
Minster Court, 45-47 Westminster Bridge Road
London
SE1 7JB
Contact
Chengetai Garaiza
chengetai.garaiza@peabody.org.uk
Telephone
+44 2038284233
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
A Soft Facilities Management Security Service for the Peabody Trust Corporate Estate
two.1.2) Main CPV code
- 79710000 - Security services
two.1.3) Type of contract
Services
two.1.4) Short description
Peabody Trust (“Peabody”) was seeking to appoint a single provider to provide a soft Facilities Management security service across the corporate estate.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £625,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
two.2.4) Description of the procurement
Peabody Trust (“Peabody”) was seeking to appoint a single provider to provide a soft Facilities Management security service across the corporate estate.
Services required could include the following:
- Unlock and opening of all site entrances by 07:00 (unless specified by site matrix any special requirements)
- Sweep of the premises to ensure safe and secure
- Manned guarding presence until Facilities front line presence at 08:30
- Manned guarding presence from 17:30 until site close at 20:30
- Lock down to include sweep of premises to ensure safe and secure all routes of access and egress, and activate alarms
- Alarm monitoring and emergency response
- Key holding
All services should be delivered through qualified and skilled staff to ensure compliance to the rules & regulations and agreed specification set out in this document. Any security personnel that attend site must be DBS checked and a SIA license holder. The Service Provider will also ensure, and evidence, the right of all staff employed within the Contract to lawfully work in the United Kingdom.
two.2.5) Award criteria
Quality criterion - Name: Quality Criteria / Weighting: 70
Price - Weighting: 30%
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
This opportunity was advertised on Delta at the link here: https://www.delta-esourcing.com/respond/W4R38Q487C
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-012109
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
11 August 2021
five.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 8
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
City Security Services
Unit 18 Greenwich Centre Business Park, 53 Norman Road
London
SE10 9QF
Country
United Kingdom
NUTS code
- UKI - London
National registration number
02814854
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £625,000
Total value of the contract/lot: £625,000
Section six. Complementary information
six.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 view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=663232236
GO Reference: GO-202222-PRO-19575005
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
London
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
High Court of England and Wales
London
Country
United Kingdom