Section one: Contracting authority
one.1) Name and addresses
The London Legacy Development Corporation
Level 9, 5 Endeavour Square
London
E20 1JN
Contact
Cameron Todd
camerontodd@londonlegacy.co.uk
Telephone
+44 2032881800
Country
United Kingdom
Region code
UKI41 - Hackney and Newham
Internet address(es)
Main address
https://www.queenelizabetholympicpark.co.uk/
Buyer's address
https://www.delta-esourcing.com/
one.4) Type of the contracting authority
Other type
Mayoral Development Corporation
one.5) Main activity
Other activity
Regeneration
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') have concluded the procurement of a security specialist to provide services for the entire LLDC estate, venues and open spaces. A Framework Agreement is awarded to a single provider with the term of 4 years.
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: £12,000,000
two.2) Description
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.
two.2.5) Award criteria
Quality criterion - Name: Technical Evaluation / Weighting: 60
Price - Weighting: 40
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
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
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: 2022/S 000-004708
Section five. Award of contract
Contract No
0368
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
2 August 2022
five.2.2) Information about tenders
Number of tenders received: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
G4S Secure Solutions (UK) Limited
2nd Floor, Chancery House, St Nicholas Way
Sutton
SM11JB
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
1046019
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: £12,000,000
Total value of the contract/lot: £12,000,000
Section six. Complementary information
six.3) Additional information
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=717291531
GO Reference: GO-2022830-PRO-20872273
six.4) Procedures for review
six.4.1) Review body
The London Legacy Development Corporation
Level 9, 5 Endeavour Square
London
E20 1JN
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.