Contract notice

Information

Published

Date of dispatch of this notice: 20/02/2019

Expire date: 22/03/2019

External Reference: 2019-550607

TED Reference: 2019/S 039-088328

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

London Borough of Lambeth
n/a
8th Floor, Phoenix House, 10 Wandsworth Rd
London
SW8 2LL
UK
Contact person: Deborah Opoku-Baah
Telephone: +44 07547974887
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=27496&B=LBLAMBETH
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

Environment

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Tender for the Provision of Security & Crowd Management Services
II.1.2)

Main CPV code

79710000  -  Security services
II.1.3)

Type of contract

Services
II.1.4)

Short description

This Procurement will establish a single Supplier Contract for the purchase of Security and Crowd Management Services for the Lambeth Country Show. The Services are described in detail within Appendix B, Statement of Requirements (Specification).
The contract will be for an initial 2 year period with an option to extend for a further 2 one-year extensions (2 +1 +1) and reviewed on an annual basis.
This Contract will be between the successful Supplier and the Authority.
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

75241000  -  Public security services
II.2.4)

Description of the procurement

This Procurement will establish a single Supplier Contract for the purchase of Security and Crowd Management Services for the Lambeth Country Show. The Services are described in detail within Appendix B, Statement of Requirements (Specification).
The contract will be for an initial 2 year period with an option to extend for a further 2 one-year extensions (2 +1 +1) and reviewed on an annual basis.
This Contract will be between the successful Supplier and the Authority.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  22/03/2019
Local time:  14:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until:  21/09/2019
IV.2.7)

Conditions for opening of tenders

Date:  22/03/2019
Local time:  14:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Justice of England and Wales
Strand
London
WC2A
UK

VI.4.2)

Body responsible for mediation procedures

n/a
n/a
UK

VI.4.4)

Service from which information about the review procedure may be obtained

n/a
n/a
UK