Tender

Security Services

  • City of London Corporation

F02: Contract notice

Notice identifier: 2023/S 000-028528

Procurement identifier (OCID): ocds-h6vhtk-04043f

Published 27 September 2023, 2:59pm



Section one: Contracting authority

one.1) Name and addresses

City of London Corporation

Guildhall

London

EC2P 2EJ

Email

Robert.Pine@cityoflondon.gov.uk

Telephone

+44 2076063030

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

www.cityoflondon.gov.uk

one.3) Communication

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

www.capitalesourcing.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.capitalesourcing.com

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

www.capitalesourcing.com

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

Security Services

two.1.2) Main CPV code

  • 79710000 - Security services

two.1.3) Type of contract

Services

two.1.4) Short description

The City of London Corporation is tendering for the provision of Security Services.

​The contract will cover the following sites: Guildhall, City of London Police, Barbican Centre, Guildhall School of Music and Drama, Mansion House and Investment Property Group (IPG) including Leadenhall Market and properties held by Bridge House Estates.

The services will include:

​Permanent Services:

​Front of house / concierge / security receptionist

​Mobile Patrol

​Key Holding and Emergency Response

​CCTV and Access Control monitoring

​Risk Threat / Vulnerability Assessments

​Remote Monitoring (Passive and Active)

​Ad-hoc Services:

​Front of house/concierge/security receptionist

​Mobile Patrol

​Event Security

​Traffic Management

​Consultancy Services

​Dog Handling

Key objectives of the new contract will be to:

​• Build on, improve and transform the current provision

​• Deliver exceptional customer service

​• Transform the ’manned guarding’ reception at IPG properties to a fully comprehensive Front of House/ building management service

​• Access innovation and continuous improvement in the security sector

​• Deliver vulnerability assessment, threat analysis and proactive management via regular testing exercises

​• Provide event (ceremonial and commercial) security planning and management including protest support.

two.1.5) Estimated total value

Value excluding VAT: £85,900,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 32234000 - Closed-circuit television cameras
  • 32235000 - Closed-circuit surveillance system
  • 35121000 - Security equipment
  • 35125300 - Security cameras
  • 42961100 - Access control system
  • 45222300 - Engineering work for security installations
  • 48730000 - Security software package
  • 50000000 - Repair and maintenance services
  • 50600000 - Repair and maintenance services of security and defence materials
  • 50610000 - Repair and maintenance services of security equipment
  • 75240000 - Public security, law and order services
  • 75241000 - Public security services
  • 79710000 - Security services
  • 79711000 - Alarm-monitoring services
  • 79713000 - Guard services
  • 79714000 - Surveillance services
  • 79715000 - Patrol services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

City of London

two.2.4) Description of the procurement

​The contract will cover the following sites: Guildhall, Police, Barbican, Guildhall School of Music and Drama, Mansion House and Investment Property Group (IPG) including Leadenhall Market and properties held by Bridge House Estates. The services will include:

​Permanent Services:

​Front of house / concierge / security receptionist

​Mobile Patrol

​Key Holding and Emergency Response

​CCTV and Access Control monitoring

​Risk Threat / Vulnerability Assessments

​Remote Monitoring (Passive and Active)

​Ad-hoc Services:

​Front of house/concierge/security receptionist

​Mobile Patrol

​Event Security

​Traffic Management

​Consultancy Services

​Dog Handling ​

​Key objectives of the new contract will be to:

​• Build on, improve and transform the current provision

​• Deliver exceptional customer service

​• Transform the ’manned guarding’ reception at IPG properties to a fully comprehensive Front of House/ building management service

​• Access innovation and continuous improvement in the security sector

​• Deliver vulnerability assessment, threat analysis and proactive management via regular testing exercises

​• Provide event (ceremonial and commercial) security planning and management including protest support.

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: £85,900,000

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

Start date

1 September 2024

End date

31 August 2033

This contract is subject to renewal

Yes

Description of renewals

The contract will be for an initial five-year fixed term period with the option to extend for up to four years in any increments of one year, at the discretion of the City of London Corporation

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

The City will invite the top five (5) scoring bidders from the SQ stage to the ITT Stage of the tender process, as detailed within the SQ Pack.

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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

27 October 2023

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

27 November 2023

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: 8 (from the date stated for receipt of tender)


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

This tendering exercise is being undertaken using the electronic tendering system ‘capitalEsourcing’ (www.capitalesourcing.com). Suppliers will need to register an interest on the system in order to participate and registration is free.

Due to security reasons, access to TUPE documents is restricted. In order to obtain full access to these documents bidders will be required to sign a non- disclosure agreement (NDA). A NDA proforma can be found within the tender documents on capitalEsourcing.

The estimated value given at II.2.6) is for the full duration of the contract including the maximum possible extensions. The estimated annual contract value is therefore £85,900,000

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, The Strand

London

WC1A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of England and Wales

Royal Courts of Justice, The Strand

London

WC1A 2LL

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom