Section one: Contracting authority
one.1) Name and addresses
The London Legacy Development Corporation
Level 10, 1 Stratford Place, Montfichet Road
London
E20 1EJ
Contact
Cameron Todd
procurement@londonlegacy.co.uk
Telephone
+44 2032881800
Country
United Kingdom
NUTS code
UKI41 - Hackney and Newham
Internet address(es)
Main address
http://www.queenelizabetholympicpark.co.uk
Buyer's address
https://www.delta-esourcing.com
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from another address:
The London Legacy Development Corporation
1 Stratford Place, Westfield Stratford City, Montfichet Road
London
E20 1EJ
procurement@londonlegacy.co.uk
Country
United Kingdom
NUTS code
UKI41 - Hackney and Newham
Internet address(es)
Main address
https://www.queenelizabetholympicpark.co.uk/
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/respond/38J533S2TG
Tenders or requests to participate must be submitted to the above-mentioned 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/
one.4) Type of the contracting authority
Other type
Mayoral Development Corporation
one.5) Main activity
Other activity
Mayoral Development Corporation
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Security Services Framework for the LLDC and London Stadium 185
Reference number
0368
two.1.2) Main CPV code
- 79710000 - Security services
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £12,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79710000 - Security services
- 75242110 - Bailiff services
- 63712710 - Traffic monitoring services
- 98351000 - Car park management services
two.2.3) Place of performance
NUTS codes
- UKI41 - Hackney and Newham
Main site or place of performance
Hackney and Newham
two.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.
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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £12,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Maximum number: 5
two.2.10) Information about variants
Variants will be accepted: No
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
To respond to this opportunity please follow the link in VI.3 and enter the following access code: 38J533S2TG
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
This contract contains social and environmental requirements. Please see the procurement documents for further details.
three.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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.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
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Not Applicable
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 000-020530
four.2.2) Time limit for receipt of tenders or requests to participate
Date
21 March 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
15 April 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
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.
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
GO Reference: GO-2022218-PRO-19676140
six.4) Procedures for review
six.4.1) Review body
VI.4.3
Stratford
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Not provided
Stratford
Country
United Kingdom
six.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.