Contract

Security & Gateline Provision 2024

  • Trenitalia c2c Limited

F06: Contract award notice – utilities

Notice identifier: 2024/S 000-033960

Procurement identifier (OCID): ocds-h6vhtk-04a6a8

Published 21 October 2024, 2:16pm



Section one: Contracting entity

one.1) Name and addresses

Trenitalia c2c Limited

7th Floor, Centennium House, 100 Lower Thames Street

London

EC3R 6DL

Contact

Luke Wood

Email

luke.wood@c2crail.net

Country

United Kingdom

Region code

UKI31 - Camden and City of London

National registration number

07897267

Internet address(es)

Main address

https://www.c2c-online.co.uk/

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Security & Gateline Provision 2024

Reference number

c2c 058

two.1.2) Main CPV code

  • 79710000 - Security services

two.1.3) Type of contract

Services

two.1.4) Short description

c2c requires one supplier to fulfil its Security & Gateline requirements.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)
Main site or place of performance

Across the c2c route; between Fenchurch Street and Shoeburyness, serving 26 stations in East London and South Essex.

two.2.4) Description of the procurement

This contract is for the provision of security and gateline staff to operate at stations and on trains in order to deter, detect and disrupt antisocial behaviour across the c2c route for base hours and ad hoc coverage. The supplier must be accredited under the Railway Safety Accreditation Scheme and the Security Industry Accreditation To assist in all aspects of safeguarding in line with c2c's requirements. To also supplement and enhance staffing of gate lines throughout c2c to prevent ticketless travel. To provide customer service staff to supplement and enhance c2c customers experience. To provide ad hoc staff support for c2c's 24hr CCTV suite. To conduct mandated security checks where applicable in line with c2c's requirements All staff are to be highly trained, and Security Industry Accredited, with an agreed number also accredited/trained under the Railway Safety Accreditation Scheme. There was also a requirement for any supplier who bid for this contract to hold the RISQS RICCL code - H.J.1 Security Services.

two.2.11) Information about options

Options: Yes

Description of options

c2c intend to enter into contract with the awarded supplier for 5 years (initial term) with 2 x 12 month extensions available.

Value per annum is estimated at £6,844,092.84 ex vat

Initial term is therefore estimated to be £34,220,464.20 ex vat

Inital term plus 2 x 12 month extensions is estimated at £47,908,649.88 ex vat

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.1.8) 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: 2024/S 000-032193

four.2.9) Information about termination of call for competition in the form of a periodic indicative notice

The contracting entity will not award any further contracts based on the above periodic indicative notice


Section five. Award of contract

Contract No

1

Title

Security & Gateline Provision 2024

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 October 2024

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £45,000,000

Total value of the contract/lot: £47,908,649.88


Section six. Complementary information

six.3) Additional information

Details on why the award of the contract without prior publication in the Official Journal of the European Union is lawful:

Under Regulation 44, Utilities are required to make a 'prior call for competition' in restricted procedures (Regulation 44(3)) and this can be made by way of periodic indicative notice, notice on the existence of a qualification system (e.g. the RISQS notice on c2c's website) or a contract notice.

Therefore, where a party uses a compliant notice on the existence of a qualification system, there is no need to also issue a contract notice.

six.4) Procedures for review

six.4.1) Review body

N/A

N/A

Country

United Kingdom