Supply of Patrol and Response Services – London Borough of Ealing
1) a proactive patrol service tasked by council officers from the Council’s Parks team and focused on areas in council managed parks.
United Kingdom-Ealing: Provision of services to the community
2020/S 106-258344
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: 4th Floor Perceval House, 14-16 Uxbridge Road
Town: Ealing
NUTS code: UKI73 Ealing
Postal code: W5 2HL
Country: United Kingdom
Contact person: Paul Murphy
E-mail: Murphyp@ealing.gov.uk
Address of the buyer profile: http://www.ealing.gov.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Framework for the Supply of Patrol and Response Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Councils have statutory duties under the Anti-social Behaviour (ASB), Crime and Policing Act 2014 and the Environmental Protection Act 1990 to patrol the local area and use their powers to intervene to prevent or address nuisance-generating behaviour and ASB.
LB Ealing is establishing a framework agreement to deliver the following four key provisions:
1) a proactive patrol service tasked by council officers from the Council’s Parks team and focused on areas in Council managed parks;
2) a proactive Patrol service tasked by Council officers from the Council’s Safer Communities team and focused on areas in Council managed housing estates;
3) a patrol and response service reacting to calls from residents relating to noise nuisance, including those calls that may include an ASB aspect;
4) a servicer to lock and unlock parks and Council buildings.
The appointed supplier will deliver services to LB Ealing. However, the framework will also be made available for other London Boroughs to use.
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
II.2.4)Description of the procurement:
The procurement will establish a framework for the patrol and response services.
All tenderers must be CSAS accredited.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
It is intended that the framework is re-procured in 2023/2024.
II.2.10)Information about variants
II.2.11)Information about options
Please see tender documents.
II.2.13)Information about European Union funds
II.2.14)Additional information
This framework may be used by any contracting authority listed within this OJEU notice:
— London Borough of Camden
— Royal Borough of Greenwich
— London Borough of Hackney
— London Borough of Hammersmith and Fulham
— London Borough of Islington
— Royal Borough of Kensington and Chelsea
— London Borough of Lambeth
— London Borough of Lewisham
— London Borough of Southwark
— London Borough of Tower Hamlets
— London Borough of Wandsworth
— Westminster City Council
— City of London
— London Borough of Barking and Dagenham
— London Borough of Barnet
— London Borough of Bexley
— London Borough of Brent
— London Borough of Bromley
— London Borough of Croydon
— London Borough of Ealing
— London Borough of Enfield
— London Borough of Haringey
— London Borough of Harrow
— London Borough of Havering
— London Borough of Hillingdon
— London Borough of Hounslow
— Royal Borough of Kingston upon Thames
— London Borough of Merton
— London Borough of Newham
— London Borough of Redbridge
— London Borough of Richmond upon Thames
— London Borough of Sutton
— London Borough of Waltham Forest.
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
Tenderers must be CSAS-accredited.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
Refer to the procurement documents.
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.2.4)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
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
Town: Ealing
Country: United Kingdom
VI.5)Date of dispatch of this notice: