Park Security Patrol Service Hertfordshire
Park Security Patrol Service within the Lee Valley Regional Park and Borough of Broxbourne.
United Kingdom-London: Patrol services
2016/S 029-046176
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Myddelton House, Bulls Cross, Enfield
London
EN2 9HG
UNITED KINGDOM
Telephone: +44 1992717711
E-mail: procurement@leevalleypark.org.uk
Fax: +44 1992719937
NUTS code: UKI21Internet address(es):Main address: www.leevalleypark.org.uk
Address of the buyer profile: http://www.leevalleypark.org.uk/en/content/cms/corporate/business-finance/procurement/#current-tenders
I.1)Name and addresses
Bishops College, Churchgate, Cheshunt
Broxbourne
EN8 9XU
UNITED KINGDOM
E-mail: procurement@leevalleypark.org.uk
NUTS code: UKH23Internet address(es):Main address: https://www.broxbourne.gov.uk
I.1)Name and addresses
County Hall, Market Road
Chelmsford
CM1 1QH
UNITED KINGDOM
E-mail: procurement@leevalleypark.org.uk
NUTS code: UKH3Internet address(es):Main address: http://www.essex.gov.uk/
I.1)Name and addresses
City of London Guildhall, PO Box 270
London
EC2P 2EJ
UNITED KINGDOM
E-mail: procurement@leevalleypark.org.uk
NUTS code: UKI12Internet address(es):Main address: http://www.cityoflondon.gov.uk/
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Park Security Patrol Service within the Lee Valley Regional Park and Borough of Broxbourne.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
This Framework is to provide a specialist Park Security Patrol Service (to be shared equally) between the Lee Valley Regional Park Authority and Broxbourne Borough Council.
The contract will be made accessible (via an access agreement) to both Essex County Council and the City of London Corporation should they wish to engage with the successful provider for similar services, with such award(s) being within the legislative boundaries of this Framework
Note: To register your interest in this notice and obtain any additional information, please visit the myTenders web site athttp://www.myTenders.org/Search/Search_Switch.aspx?ID=170409
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
Essex, Hertfordshire, London.
II.2.4)Description of the procurement:
This contract is to provide a specialist Park Security Patrol Service (to be shared equally) between the Lee Valley Regional Park Authority and Broxbourne Borough Council. Both customers are looking for a service provider that can deliver in the following areas:
— Enforcement;
— Education through developed education programs, i.e. dog behaviour/training, etc.;
— Distraction activities, i.e. youth programs, etc.;
— Engagement with the community and users of the sites and facilities;
— Provide emergency back up and response 24/7;
— To have experience of patrolling in open spaces/parkland, buildings and estates;
— Be a visible deterrent, recognisable and approachable.
As stated this service will be in the Lee Valley Park (both North and South of the M25 orbital motorway), within the Borough of Broxbourne and the Counties of Essex and Hertfordshire, as such we would prefer (as a weighted consideration) the successful provider to be pro-actively engaged, accredited and/or affiliated with the incumbent Police Authorities or a Police Authority outside the stated boundaries. The Customers are keen that this service is not wholly seen as enforcement but rather a service that encourages and persuades people to use the areas with consideration and respect. However we will require the service provider to be able to enforce and ensure compliance if the situation is warranted, working very closely with the relevant emergency services, utilising enforcement by-laws if necessary.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months subject to agreement between all parties.
II.2.9)Information about the limits on the number of candidates to be invited
The number will be determined through the ranking of the responses to the pre-qualification questionnaire (PQQ), based on the candidates compliance with the selection criteria and scoring analysis i.e. outlined within the PQQ.
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 Regulation 58 of the Public Contracts Regulations 2015, as set out within the pre-qualification questionnaire (PQQ) documentation.
III.1.2)Economic and financial standing
All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
In accordance with Regulation 58 of the Public Contracts Regulations 2015, as set out within the pre-qualification questionnaire (PQQ) documentation.
III.1.3)Technical and professional ability
In accordance with Regulation 58 of the Public Contracts Regulations 2015, as set out within the pre-qualification questionnaire (PQQ) documentation.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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
May 2021 or May 2023, if extended for 24 months.
VI.2)Information about electronic workflows
VI.3)Additional information:
The Customer reserves the right to amend the time scale and to cancel the procurement and/or not award all or part of the contract. The Customer will not be responsible for any costs incurred by any candidates in relation to the procurement exercise including if the procurement exercise is cancelled.
To express your interest, candidates are required to complete and submit the pre-qualification questionnaire(PQQ).
This can be accessed for download using the following link below. The pre-qualification questionnaire (PQQ) documentation must be submitted by 12:00, Monday, 11.3.2016.
Candidates are advised that the Customers are subject to the Freedom of Information Act 2000 (FOIA) and are further subject to the Environmental Information Regulations 2004 (EIR). If a candidate considers that any of the information supplied as part of this procurement exercise should not be disclosed because of its commercial sensitivity, confidentiality or otherwise, it must, when providing this information, identify clearly the specific information it does not wish to be disclosed and specify clearly the reasons for its sensitivity. The Customer will take such statements into consideration in the event that it receives a request pursuant to FOIA or EIR which relates to the information provided by a candidate. However, if the information is requested, the Customer may be obliged under FOIA and/or EIR to disclose such information, irrespective of the candidate’s wishes. Please note that it is not sufficient to include a statement of confidentiality encompassing all the information provided in the response.
The contract period will be 60 months with an option to extend for a period of up to 24 months (in 12 month extensions, subject to agreement between both parties).
(MT Ref:170409).
VI.4.1)Review body
Myddelton House, Bulls Cross
Enfield
EN2 9HG
UNITED KINGDOM
Telephone: +44 1992717711
Fax: +44 1992719937Internet address:www.leevalleypark.org.uk
VI.4.3)Review procedure
In accordance with Regulations 85 to 103 of Public Contracts Regulations 2015.
The Customer will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into.
VI.5)Date of dispatch of this notice: