Tender

THE FRAMEWORK FOR PATROL & RESPONSE SERVICE

  • London Borough of Ealing

F02: Contract notice

Notice identifier: 2024/S 000-016823

Procurement identifier (OCID): ocds-h6vhtk-046c3d

Published 29 May 2024, 5:07pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Ealing

14-16 Uxbridge Road, London

London

W5 2HL

Contact

Surekha Chavda

Email

procurement@ealing.gov.uk

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

www.ealing.gov.uk

Buyer's address

www.ealing.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://ealinglbc-atamis.my.site.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://ealinglbc-atamis.my.site.com/

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

THE FRAMEWORK FOR PATROL & RESPONSE SERVICE

Reference number

CH222393

two.1.2) Main CPV code

  • 75241000 - Public security services

two.1.3) Type of contract

Services

two.1.4) Short description

The Council is retendering the framework agreement for the provision of Patrol and Response Services (the “Framework Agreement”). This Framework Agreement will be accessible to all relevant London contracting authorities, who may wish to ‘call off’ services available under the Framework Agreement. This can be done by entering into an Access Agreement with the contracting authority and the Council (a form of which is Scheduled to the Framework Agreement).
Once the tender process has completed, the Council will enter into the Framework Agreement with the successful bidder to provide services to the Council as set out in the Specification.
The Council is responsible for managing 182 parks and open spaces and 124 housing estates and responding to concerns about crime and anti-social behaviour (“ASB”) affecting local people, businesses and visitors. The Framework Agreement is for the provision of Patrol and Response Services.

The Service Provider will be required to deliver a borough-wide Patrol and Response Service, split into four separate but interconnected patrols (please note the Council will not allow any subcontracting of any part of this service).

These four services are:

1. Proactive and responsive Parks Patrols: a proactive patrol service tasked by Council officers from the Council’s Parks team and focussed on areas in the Council managed parks.
2. Proactive and responsive Estates Anti-social Behaviour (ASB) Patrols: a proactive patrol service tasked by Council officers from the Council’s Safer Communities team and focussed on areas in the Council managed housing estates.
3. Noise & Nuisance and ASB Response Team: a Patrol & Response service reacting to calls from Residents relating to Noise Nuisance, including those calls that may include an ASB aspect.
4. Locking Service: a servicer to lock and unlock parks and council buildings.

two.1.5) Estimated total value

Value excluding VAT: £1,720,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 75241000 - Public security services
  • 75240000 - Public security, law and order services
  • 75242000 - Public law and order services
  • 79710000 - Security services
  • 75241000 - Public security services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

London Borough of Ealing

two.2.4) Description of the procurement

Open Procedure to be followed

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: £1,720,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

5 November 2024

End date

4 November 2028

This contract is subject to renewal

Yes

Description of renewals

Framework is for 4 years with no option to extend. renewal will commence the the final year of the contract.

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

This framework Is open to the following London Boroughs:
Camden; Royal Borough of Greenwich; Hackney; Hammersmith and Fulham; Islington; Royal Borough of Kensington and Chelsea; Lambeth; Lewisham; Southwark;
Tower Hamlets; Wandsworth; City of Westminster; Barking and Dagenham; Barnet; Bexley; Brent; Bromley; Croydon; Ealing; Enfield; Haringey; Harrow; Havering; Hillingdon; Hounslow; Royal Borough of Kingston upon Thames; Merton; Newham; Redbridge; Richmond upon Thames; Sutton; Waltham Forest; Lee Valley.


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

Only bids that pass the SQ stage of the tender will have their Tenders evaluated. Bidders must be CSAS approved.

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

As set out in PART F - Key Performance Indicators in the tender pack

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 a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

4 year framework with no extensions

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

3 July 2024

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

3 July 2024

Local time

1:00pm

Place

London Borough of Ealing offices

Information about authorised persons and opening procedure

Authorised Commercial Hub representative


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: The retender of this project is anticipated to start a year before the end of the contract.

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

This framework Is open to the following London Boroughs:
Camden; Royal Borough of Greenwich; Hackney; Hammersmith and Fulham; Islington; Royal Borough of Kensington and Chelsea; Lambeth; Lewisham; Southwark;
Tower Hamlets; Wandsworth; City of Westminster; Barking and Dagenham; Barnet; Bexley; Brent; Bromley; Croydon; Ealing; Enfield; Haringey; Harrow; Havering; Hillingdon; Hounslow; Royal Borough of Kingston upon Thames; Merton; Newham; Redbridge; Richmond upon Thames; Sutton; Waltham Forest; Lee Valley.

six.4) Procedures for review

six.4.1) Review body

London Borough of Ealing

14-16 Uxbridge Road, London

London

W5 2HL

Email

procurement@ealing.gov.uk

Country

United Kingdom

Internet address

www.ealing.gov.uk

six.4.2) Body responsible for mediation procedures

Royal Court of Justice

Strand

London

WC2A 2LL

Email

procurement@ealing.gov.uk

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice