Award

Security & Gateline Provision 2024

TRENITALIA C2C LIMITED

This public procurement record has 2 releases in its history.

Award

21 Oct 2024 at 13:16

Award

08 Oct 2024 at 10:08

Summary of the contracting process

Trenitalia c2c Limited has successfully awarded a contract titled "Security & Gateline Provision 2024." This procurement falls under the industry category of Security Services (CPV: 79710000). The initiative requires a single supplier to provide security and gateline staff across the c2c route, which extends from Fenchurch Street to Shoeburyness, covering 26 stations in East London and South Essex (regions UKI and UKJ). The procurement has now reached the Award stage, with the contract signed on 8th October 2024. The process used was a selective procedure, compliant with GPA regulations. The initial contract term is five years, with two additional 12-month extension options, bringing the total value to approximately £47,908,649.88 excluding VAT.

This tender presents substantial opportunities for businesses specialising in security services, particularly those accredited under the Railway Safety Accreditation Scheme and the Security Industry Accreditation. Companies capable of providing high-quality, accredited security and customer service staff will find this an attractive contract due to its significant scope and duration. Businesses operating within the rail sector and possessing the necessary RISQS RICCL code - H.J.1 Security Services - will be well-suited to meet Trenitalia c2c Limited's requirements, covering a wide range of security, customer service, and operational tasks.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Security & Gateline Provision 2024

Notice Description

c2c requires one supplier to fulfil its Security & Gateline requirements.

Lot Information

Lot 1

This contract is for the provision of security and gateline staff to operate at stations and on trains in order to deter, detect and disrupt antisocial behaviour across the c2c route for base hours and ad hoc coverage. The supplier must be accredited under the Railway Safety Accreditation Scheme and the Security Industry Accreditation To assist in all aspects of safeguarding in line with c2c's requirements. To also supplement and enhance staffing of gate lines throughout c2c to prevent ticketless travel. To provide customer service staff to supplement and enhance c2c customers experience. To provide ad hoc staff support for c2c's 24hr CCTV suite. To conduct mandated security checks where applicable in line with c2c's requirements All staff are to be highly trained, and Security Industry Accredited, with an agreed number also accredited/trained under the Railway Safety Accreditation Scheme. There was also a requirement for any supplier who bid for this contract to hold the RISQS RICCL code - H.J.1 Security Services.

Options: c2c intend to enter into contract with the awarded supplier for 5 years (initial term) with 2 x 12 month extensions available. Value per annum is estimated at PS6,844,092.84 ex vat Initial term is therefore estimated to be PS34,220,464.20 ex vat Inital term plus 2 x 12 month extensions is estimated at PS47,908,649.88 ex vat

Procurement Information

Under Regulation 44, Utilities are required to make a 'prior call for competition' in restricted procedures (Regulation 44(3)) and this can be made by way of periodic indicative notice, notice on the existence of a qualification system (e.g. the RISQS notice on c2c's website) or a contract notice. Therefore, where a party uses a compliant notice on the existence of a qualification system, there is no need to also issue a contract notice.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04a6a8
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/033960-2024
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79710000 - Security services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£47,908,649 £10M-£100M

Notice Dates

Publication Date
21 Oct 20241 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
6 Oct 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
TRENITALIA C2C LIMITED
Contact Name
Luke Wood
Contact Email
luke.wood@c2crail.net
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
EC3R 6DL
Post Town
Central London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
TLH3 Essex, TLI London, TLJ South East (England)

Local Authority
City of London
Electoral Ward
Billingsgate
Westminster Constituency
Cities of London and Westminster

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-04a6a8-2024-10-21T14:16:50+01:00",
    "date": "2024-10-21T14:16:50+01:00",
    "ocid": "ocds-h6vhtk-04a6a8",
    "initiationType": "tender",
    "tender": {
        "id": "c2c 058",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "Security & Gateline Provision 2024",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "79710000",
            "description": "Security services"
        },
        "mainProcurementCategory": "services",
        "description": "c2c requires one supplier to fulfil its Security & Gateline requirements.",
        "lots": [
            {
                "id": "1",
                "description": "This contract is for the provision of security and gateline staff to operate at stations and on trains in order to deter, detect and disrupt antisocial behaviour across the c2c route for base hours and ad hoc coverage. The supplier must be accredited under the Railway Safety Accreditation Scheme and the Security Industry Accreditation To assist in all aspects of safeguarding in line with c2c's requirements. To also supplement and enhance staffing of gate lines throughout c2c to prevent ticketless travel. To provide customer service staff to supplement and enhance c2c customers experience. To provide ad hoc staff support for c2c's 24hr CCTV suite. To conduct mandated security checks where applicable in line with c2c's requirements All staff are to be highly trained, and Security Industry Accredited, with an agreed number also accredited/trained under the Railway Safety Accreditation Scheme. There was also a requirement for any supplier who bid for this contract to hold the RISQS RICCL code - H.J.1 Security Services.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "50"
                        },
                        {
                            "type": "price",
                            "description": "50"
                        }
                    ]
                },
                "hasOptions": true,
                "options": {
                    "description": "c2c intend to enter into contract with the awarded supplier for 5 years (initial term) with 2 x 12 month extensions available. Value per annum is estimated at PS6,844,092.84 ex vat Initial term is therefore estimated to be PS34,220,464.20 ex vat Inital term plus 2 x 12 month extensions is estimated at PS47,908,649.88 ex vat"
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKH3"
                    },
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    }
                ],
                "deliveryLocation": {
                    "description": "Across the c2c route; between Fenchurch Street and Shoeburyness, serving 26 stations in East London and South Essex."
                },
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "coveredBy": [
            "GPA"
        ],
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_OUTSIDE_SCOPE",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "procurementMethodRationale": "Under Regulation 44, Utilities are required to make a 'prior call for competition' in restricted procedures (Regulation 44(3)) and this can be made by way of periodic indicative notice, notice on the existence of a qualification system (e.g. the RISQS notice on c2c's website) or a contract notice. Therefore, where a party uses a compliant notice on the existence of a qualification system, there is no need to also issue a contract notice."
    },
    "awards": [
        {
            "id": "032193-2024-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Security & Gateline Provision 2024",
            "status": "active",
            "hasSubcontracting": true
        },
        {
            "id": "033960-2024-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Security & Gateline Provision 2024",
            "status": "active"
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-126238",
            "name": "Trenitalia c2c Limited",
            "identifier": {
                "legalName": "Trenitalia c2c Limited",
                "id": "07897267"
            },
            "address": {
                "streetAddress": "TRENITALIA C2C LIMITED, Centennium House, 100 Lower Thames Street",
                "locality": "London",
                "region": "UKI31",
                "postalCode": "EC3R 6DL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Luke Wood",
                "email": "luke.wood@c2crail.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.c2c-online.co.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "RAILWAY_SERVICES",
                        "description": "Railway services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-1091",
            "name": "N/A",
            "identifier": {
                "legalName": "N/A"
            },
            "address": {
                "locality": "N/A",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-127701",
            "name": "Trenitalia c2c Limited",
            "identifier": {
                "legalName": "Trenitalia c2c Limited",
                "id": "07897267"
            },
            "address": {
                "streetAddress": "7th Floor, Centennium House, 100 Lower Thames Street",
                "locality": "London",
                "region": "UKI31",
                "postalCode": "EC3R 6DL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Luke Wood",
                "email": "luke.wood@c2crail.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.c2c-online.co.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "RAILWAY_SERVICES",
                        "description": "Railway services"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-127701",
        "name": "Trenitalia c2c Limited"
    },
    "contracts": [
        {
            "id": "032193-2024-1-1",
            "awardID": "032193-2024-1-1",
            "title": "Security & Gateline Provision 2024",
            "status": "active",
            "dateSigned": "2024-10-07T00:00:00+01:00"
        },
        {
            "id": "033960-2024-1-1",
            "awardID": "033960-2024-1-1",
            "title": "Security & Gateline Provision 2024",
            "status": "active",
            "value": {
                "amount": 47908649.88,
                "currency": "GBP"
            },
            "dateSigned": "2024-10-08T00:00:00+01:00"
        }
    ],
    "language": "en",
    "description": "Details on why the award of the contract without prior publication in the Official Journal of the European Union is lawful: Under Regulation 44, Utilities are required to make a 'prior call for competition' in restricted procedures (Regulation 44(3)) and this can be made by way of periodic indicative notice, notice on the existence of a qualification system (e.g. the RISQS notice on c2c's website) or a contract notice. Therefore, where a party uses a compliant notice on the existence of a qualification system, there is no need to also issue a contract notice."
}