Supply of Security Guard Services – London
Supply of security guard services at the Thames Barrier site and Barking, Dartford Creek Barriers and KGV Dock and Gallions Flood Gates.
United Kingdom-Reading: Guard services
2018/S 107-244021
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Kings Meadow House, Kings Meadow Road
Reading
RG1 8DQ
United Kingdom
Contact person: Mark Stanley
Telephone: +44 2030258789
E-mail: mark.stanley@environment-agency.gov.uk
NUTS code: UKJ
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Supply of Security Guard Services — Thames Barrier and Associated Sites
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Supply of security guard services at the Thames Barrier site and Barking, Dartford Creek Barriers and KGV Dock and Gallions Flood Gates. Duties include controlling site access egress, manning security control room, patrolling and monitoring intruder and fire alarms.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.3)Place of performance
The Thames Barrier and associated sites in Greater London.
II.2.4)Description of the procurement:
This procurement falls under the Light Touch Regime.
The provision of manned uniformed security guarding services at the Thames Barrier and mobile patrolling of five associated remote flood defence sites in the Greater London area on a 24 hour 365 day a year basis. Duties include controlling site access egress, manning security control room and gate houses, mobile patrolling, responding and monitoring CCTV, intruder and fire alarm systems.
The contract term is an initial period of 2 years with options to extend by a further 3 years [2 + 1 + 1 + 1] subject to satisfactory performance and at the discretion of the Agency.
The Agency envisages that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) will apply to this contract.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This contract is likely to be subject to renewal towards the end of its duration.
II.2.9)Information about the limits on the number of candidates to be invited
Selection criteria as stated in the procurement documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
All applicants must be a member of the Security Industry Authority (SIA) Approved Contractor Scheme (ACS). All individuals provided must hold a relevant SIA licence and must have UK Government Counter Terrorist Check (CTC) clearance.
All applicants must be accredited to ISO 9001:2008 (and working towards ISO 9001:2015), BS 7858:2012, BS 7499:2013 and NSI NACOSS Guarding Gold scheme (or equivalent).
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.1)Information about a particular profession
Yes. Private Security Industry Act 2001.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
This is likely to be re-procured in 2023.
VI.3)Additional information:
This procurement process is being conducted under the “Light Touch Regime”, governing “Social and Other Specific Services” as detailed in the Public Contract Regulations 2015 (the Regulations) which are not subject to the full requirements of the Regulations, but is instead governed by the Light Touch Regime contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77). Notwithstanding publication of the contract notice, the Environment Agency will not be bound to follow any particular award procedure, however the principles of fairness, equal treatment and transparency will be applied.
The Environment Agency expressly reserves the right:
i) not to award or enter into any contract as a result of the procurement process commenced by the publication of this Notice;
ii) to make whatever changes it may see fit to the content and structure of the tendering competition;
iii) to award 1 or more public contract(s) in relation to part only of the requirements covered by this Notice; and/or
iv) to award a contract(s) in stages.
In no circumstances will the Environment Agency be liable for any costs incurred by the Applicants / Tenderers and their associated parties. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgment of potential Applicants and the Environment Agency will not be responsible for any such expenditure.
Right to Cancel: The Environment Agency reserves the right to discontinue the procurement process at any time, which shall include the right not to award a framework or contract, and does not bind itself to accept the lowest tender, or any tender received, and reserves the right to award the framework or contract in part, or to call for new tenders should it consider this necessary.
The Environment Agency shall not be liable for any costs or expenses incurred by any candidate or tenderer in connection with the completion and return of the information requested in this Contract Notice, or in the completion or submission of any tender.
VI.4.1)Review body
Bristol
United Kingdom
VI.5)Date of dispatch of this notice: