City of London Corporation Security Services Tender
The service will include but is not limited to: manned guarding, mobile patrols.
United Kingdom-London: Security services
2018/S 187-422865
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Guildhall
London
EC2P 2EJ
United Kingdom
Contact person: Naomi Bourne
Telephone: +44 2073323057
E-mail: Naomi.bourne@cityoflondon.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:
21FS — Security Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The City of London Corporation is tendering for the provision of security services.
The service will include but is not limited to:
— manned guarding,
— mobile patrols,
— dog handling,
— key holding and emergency response, event security and remote monitoring.
The City of London’s property portfolio comprise of sites in three categories:
1) Corporate Property Group – This group of buildings includes many iconic London landmarks which have political, historical, cultural and operational significance in the context of both the city and on a global level;
2) Investment Property Group – Properties in this portfolio are of a commercial nature and are occupied by private tenants with services provided and charged by the City;
3) Open Spaces – Buildings in this group often present a geographical challenge due to their varied and disperse location, not being within the Square Mile or Central London. Open Spaces span locations as diverse as Epping Forest and the Animal Reception Centre at Heathrow.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
City of London
II.2.4)Description of the procurement:
The City of London Corporation is tendering for the provision of security services.
The service will include but is not limited to:
— manned guarding,
— mobile patrols,
— dog handling,
— key holding and emergency response, event security and remote monitoring.
The City of London’s property portfolio comprise of sites in three categories:
1) Corporate Property Group – This group of buildings includes many iconic London landmarks which have political, historical, cultural and operational significance in the context of both the city and on a global level;
2) Investment Property Group – Properties in this portfolio are of a commercial nature and are occupied by private tenants with services provided and charged by the City;
3) Open Spaces – Buildings in this group often present a geographical challenge due to their varied and disperse location, not being within the Square Mile or Central London. Open Spaces span locations as diverse as Epping Forest and the Animal Reception Centre at Heathrow.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract will be for an initial 3-year fixed term period with the option to extend for up to 2 years at the discretion of the City of London Corporation.
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
In accordance with artlices 57 and 58 of Directive 2014/24/EU of the European Parliament and of the Council and Regulations 57 and 58 of the Public Contract Regulations 2015 and as set out in the ITT Document.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
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.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
January 2024
VI.2)Information about electronic workflows
VI.3)Additional information:
This tendering exercise is being undertaken using the electronic tendering system “CapitaleSourcing” (url:www.capitalesourcing.com). Suppliers will need to register an interest on the system in order to participate and registration is free.
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 5 000 000 GBP including the core and additional ad-hoc services as set out in the tender documents.There are no guaranteed volumes in this contract opportunity the city’s property portfolio and additional service requirements will vary over the life of the contract.
VI.4.1)Review body
Royal Courts of Justice, The Strand
London
WC1A 2LL
United Kingdom
VI.4.2)Body responsible for mediation procedures
Royal Courts of Justice, The Strand
London
WC1A 2LL
United Kingdom
VI.4.4)Service from which information about the review procedure may be obtained
70 Whitehall
London
SW1A 2AS
United Kingdom
VI.5)Date of dispatch of this notice: