Section one: Contracting authority
one.1) Name and addresses
London Stadium 185 Limited
The Stadium, Queen Elizabeth Olympic Park
London
E20 2ST
procurement@londonlegacy.co.uk
Telephone
+44 2032881800
Country
United Kingdom
NUTS code
UKI41 - Hackney and Newham
National registration number
9359341
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
https://www.delta-esourcing.com/tenders/UK-UK-London:-Security-services./S2VEV98K39
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Other type
Mayoral Development Corporation
one.5) Main activity
Other activity
Management and operation of stadium
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
London Stadium Stewarding and Security Services
Reference number
0350
two.1.2) Main CPV code
- 79710000 - Security services
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £20,500,000
two.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.
two.2) Description
two.2.1) Title
Event Day Steward and Safety Services
Lot No
1
two.2.2) Additional CPV code(s)
- 79710000 - Security 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 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.
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: £16,000,000
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.2.10) 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 visit https://www.delta-esourcing.com and enter the following Access Code: S2VEV98K39
two.2) Description
two.2.1) Title
Response Teams
Lot No
2
two.2.2) Additional CPV code(s)
- 79710000 - Security 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 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.
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: £3,000,000
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.2.10) 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 visit https://www.delta-esourcing.com and enter the following Access Code: 793U4BY96P
two.2) Description
two.2.1) Title
Traffic Management Services
Lot No
3
two.2.2) Additional CPV code(s)
- 63712700 - Traffic control 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 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
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: £1,000,000
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.2.10) 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 visit https://www.delta-esourcing.com and enter the following Access Code: BN8H7559WE
two.2) Description
two.2.1) Title
Security Dog Services
Lot No
4
two.2.2) Additional CPV code(s)
- 79710000 - Security 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 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.
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: £500,000
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.2.10) 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 visit https://www.delta-esourcing.com and enter the following Access Code: 8JBW8252HM
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 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
Open 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 several operators
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.2.2) Time limit for receipt of tenders or requests to participate
Date
2 August 2021
Local time
12:00pm
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)
four.2.7) Conditions for opening of tenders
Date
2 August 2021
Local time
12:00pm
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.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
GO Reference: GO-202172-PRO-18502474
six.4) Procedures for review
six.4.1) Review body
See VI.4.3
See VI.4.3
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 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.