Logistics Management, Security & Facilities Management Services - Old Oak Common (S4) Station - HS2

Award

Value

£0

Suppliers

Classifications

  • Surveillance and security systems and devices

Tags

  • award

Submission Deadline

5 years ago

Published

4 years ago

Description

Logistics Management, Security & Facilities Management Services - Old Oak Common (S4) Station - HS2
      
      Including but not limited to:
      
      Security
      
      	*	Site access control set up: biometric access/egress; visitor bookings (online system); 
                      manage access to restricted areas (green / red zone)
      	*	Provision of site-wide CCTV and lighting
      	*	Control of emergency services access / egress
      	*	Regular physical inspection of hoarding / security fencing
      	*	Gate reception of vehicles
      	*	Vehicle control at the point of entry / exit
      
      Internal Site Logistics
      
      	*	Automatic Number Recognition system at the gate
      	*	Delivery vehicle short stay management for loading and unloading
      	*	Checking vehicles before leaving the site (cleanliness / load / visibility)
      	*	Weighbridge operation / photographic record of load (full / empty)
      	*	Provision of compound signage 
      	*	Provision & operation & maintenance wheel washers
      	*	Traffic management within the site including signage and fencing
      	*	Control and management within site (provision of asite bus TBC)
      	*	Maintenance of site haul road (i.e. dust suppression, road markings, maintenance of clear routes, vehicle/plant recovery and signage)
      	*	Provision and control of a road sweeper
      	*	Tracking of vehicle movement within the site and control
      	*	Facilitates contractor's access and support as necessary to make site repairs and maintenance
      	*	Fuel purchase, storage and re-fuelling procedures
      	*	Management and control of the COSHH bins
      	*	Site emergency / evacuation procedures
      	*	Control of emergency services access
      	*	Management of control of first aid points
      	*	Management and control of fire points
      	*	Management and control of information points
      	*	Management and control of on-site welfare facilities
      	*	Tracking of vehicle movement within the site and control
      	*	Tracking and monitoring of plant operation and report on productivity
      	*	Vehicle control / equipment systems to programme maintenance / provide  usage, fuels, emissions / other performance data
      	*	Management of and control of material distribution from the point of entry to the site to the point of installation
      	*	Control of checking the deliveries
      	*	Inventory monitor and control
      	*	Management of storage areas / stockpiles and off load / laydown areas
      	*	Excavated material stockpile control
      	*	Use of QR system for materials??
      	*	Operation / provision of on-line vehicle booking system for site access
      
      Transport by Road	
      
              *	Checking of delivery vehicle driver's induction and control
      	*	Vehicle compliance (i.e. FORS), Safety Standards (per WI / audit)
      	*	Online GPS vehicle tracking report generation, warning system, notifications to drivers

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

2425-0045 CCTV - The Supply Installation and Maintenance of Equipment

The Council intends to procure a single supplier framework agreement to enable delivery of high-quality CCTV supply, installation and maintenance services, including three other boroughs. The network of CCTV cameras operating in public areas is an integral part of the council's approach to crime detection and prevention, and community safety. It protects the council's assets and the wider community, as well as being used by the Metropolitan Police and other agencies for policing and counter-terrorism purposes. 'A Safe Place to Call Home' is one of the five missions of the council's 'Vision 2030' strategy. Therefore, it is essential that the CCTV system be of a high quality, as well as reliable, to successfully achieve these aims. A maximum of one supplier will be party to the framework agreement. Call-off contracts from the framework agreement shall follow the terms of the framework agreement including how a call-off contract is concluded. How a call-off contract is concluded is explained within the invitation to tender documentation. The services will be required by Islington Council and other organisations who may access the framework agreement. Those organisations are: • London Borough of Ealing • London Borough of Hounslow • London Borough of Southwark This services contract is not being divided into lots. This contract is not being split into lots due to the specific technical requirements of the contract and its specialist nature demanding consistency of delivery across the framework Further details will be provided in the invitation to tender. The duration will be 48 months from an estimated start date of 01 April 2026. There will be no option to extend, however, call-off contracts may extend beyond the end date of the framework agreement. The estimated value of the services that may be awarded by Islington Council under the framework agreement is estimated at between £0 and £4m over the maximum duration of the framework agreement. The allowed scope for other partners who may join in collaboration will be between £0 to £4m over the duration of the framework agreement. The total estimated value of services that may be awarded under this framework agreement is £0 to £16m over the duration of the framework agreement. The council and its partners will be under no obligation to utilise the framework agreement. No guarantee is given towards volume or value of work under this framework agreement. One provider who submits the Most Advantageous Tender(s) (MAT) in accordance with the Procurement Act 2023 will be party to the framework agreement. Tenders for this framework agreement will be assessed against the following award criteria: Cost/price: 40% Quality: 60% Quality made up of: 20% - Proposed approach to social value 10% - Proposed approach to varying work volumes and priorities 10% - Proposed approach to health and safety 10% - Proposed approach to quality management 10% - Proposed approach to mobilisation, resourcing and service delivery Total 100% Further details will be provided in the invitation to tender. The deadline for expressions of interest is: 11.59am Monday 28 July 2025 The deadline for submission of tender documents is: 12 noon Monday 28 July 2025 Late submissions may not be accepted.

Katy Reed

Published 1 week ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Organisation

Manish Tailor

[email protected]

7738982498

Timeline complete

Publish
Bid
Evaluate
Award
Complete