Awarded contract

Security Services Framework for the LLDC and London Stadium 185

  • The London Legacy Development Corporation

F03: Contract award notice

Notice reference: 2022/S 000-024163

Published 30 August 2022, 2:05pm



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

Email

camerontodd@londonlegacy.co.uk

Telephone

+44 2032881800

Country

United Kingdom

NUTS 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-20872275

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.