Opportunity

London Stadium Stewarding and Security Services

  • London Stadium 185 Limited

F02: Contract notice

Notice reference: 2021/S 000-015252

Published 2 July 2021, 4:15pm



Section one: Contracting authority

one.1) Name and addresses

London Stadium 185 Limited

The Stadium, Queen Elizabeth Olympic Park

London

E20 2ST

Email

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.