NHS Car Park Management Tender
The objective of this framework agreement is to implement a contractual vehicle for the NHS and wider public sector to facilitate the procurement of car park management and infrastructure. 10 Lots.
United Kingdom-Salford: Car park management services
2018/S 169-384916
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
05280446
Halyard Court, Chandlers Point, 31 Broadway
Salford
M50 2UW
United Kingdom
Contact person: John Cunningham
Telephone: +44 1612123715
E-mail: john.cunningham3@nhs.net
NUTS code: UK
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/39
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Car Park Management and Infrastructure
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The objective of this framework agreement is to implement a contractual vehicle for the NHS and wider public sector to facilitate the procurement of car park management & infrastructure. This is broken down into the following Lots:
Lot 1 – Car Park Design, Build and Finance, (with the option to Maintain/Operate),
Lot 2 – Car Park Design, Build, Finance and Operation,
Lot 3 – Car Park Management,
Lot 4 – ANPR (Automatic Number Plate Recognition),
Lot 5 – Barrier control,
Lot 6 – Pay on Foot solutions,
Lot 7 – Pay and Display solutions,
Lot 8 – Electric Charging Points,
Lot 9 – Cycle Parking and Infrastructure,
Lot 10 – Occupancy Monitoring.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Car Park Design, Build and Finance, (with the option to Maintain/Operate)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The objective of this framework agreement is to implement a contractual vehicle for the NHS and wider public sector to facilitate the procurement of car park management and infrastructure. This is broken down into the following Lots:
— Lot 1 — Car Park Design, Build and Finance, (with the option to Maintain/Operate)
The supplier, typically under a Lease agreement, often lasting 25+ years, will provide the Contracting Authority with a complete DBF Solution, with the additional option where agreed by both Contracting Authority and Supplier to Maintain/Operate the Car Park.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Car Park Design, Build, Finance and Operation
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The objective of this framework agreement is to implement a contractual vehicle for the NHS and wider public sector to facilitate the procurement of car park management and infrastructure. This is broken down into the following Lots:
— Lot 2 — Car Park Design, Build, Finance and Operation
The supplier, typically under a Concession type agreement, often lasting 25+ years, will provide the Contracting Authority with a complete DBFO Solution, with the additional option where agreed by both Contracting Authority and Supplier to provide FM and Maintenance.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Car Park Management
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The objective of this framework agreement is to implement a contractual vehicle for the NHS and wider public sector to facilitate the procurement of car park management and infrastructure. This is broken down into the following Lots:
— Lot 3 — Car Park Management
This Lot is for the provision of a full Car Park Management service covering all aspects of car parking including, but not limited to staffing, Client Liaison with the Contracting Authority, management of Public Sector parking facilities, security, patrolling and traffic management, staff permit systems, cleaning, enforcement, customer service, dealing with complaints and building and FM maintenance.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
ANPR (Automatic Number Plate Recognition)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The objective of this framework agreement is to implement a contractual vehicle for the NHS and wider public sector to facilitate the procurement of car park management and infrastructure. This is broken down into the following Lots:
— Lot 4 — ANPR (Automatic Number Plate Recognition)
This Lot includes the delivery, supply, installation, management and maintenance of ANPR goods and services. There is the option to choose between options that will provide enforcement and those that won’t.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Barrier control
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The objective of this framework agreement is to implement a contractual vehicle for the NHS and wider public sector to facilitate the procurement of car park management and infrastructure. This is broken down into the following Lots:
— Lot 5 — Barrier control
This Lot includes the delivery, supply, installation, management and maintenance of Barrier Control goods and services. This may be used, for example, where public sector bodies are looking to put in place barrier entry staff parking facilities.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Pay on Foot solutions
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The objective of this framework agreement is to implement a contractual vehicle for the NHS and wider public sector to facilitate the procurement of car park management and infrastructure. This is broken down into the following Lots:
— Lot 6 — Pay on Foot solutions
This Lot includes the delivery, supply, installation, management and maintenance of Pay on Foot goods and services. A Pay on Foot system requires the driver to pay at a payment machine before returning to their vehicle and exiting the car park.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Pay and Display solutions
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The objective of this framework agreement is to implement a contractual vehicle for the NHS and wider public sector to facilitate the procurement of car park management and infrastructure. This is broken down into the following Lots:
— Lot 7 — Pay and Display solutions
This Lot includes the delivery, supply, installation, management and maintenance of Pay & Display goods and services, ranging from solar powered units to payment apps.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Electric Charging Points
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The objective of this framework agreement is to implement a contractual vehicle for the NHS and wider public sector to facilitate the procurement of car park management and infrastructure. This is broken down into the following Lots:
— Lot 8 — Electric Charging Points
This Lot includes the delivery, supply, installation, management and maintenance of electric vehicle charging infrastructure goods and services. Including both rapid and slow charging units which can be used both on fleet vehicles and/or staff or visitors cars.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Cycle Parking and Infrastructure
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The objective of this framework agreement is to implement a contractual vehicle for the NHS and wider public sector to facilitate the procurement of car park management and infrastructure. This is broken down into the following Lots:
— Lot 9 — Cycle Parking and Infrastructure
This Lot includes the delivery, supply, installation, management and maintenance of cycle parking goods and services, from bike racks to cycling hubs and everything in between.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Occupancy Monitoring
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The objective of this framework agreement is to implement a contractual vehicle for the NHS and wider public sector to facilitate the procurement of car park management and infrastructure. This is broken down into the following Lots:
— Lot 10 — Occupancy Monitoring
This Lot includes the delivery, supply, installation, management and maintenance of occupancy monitoring goods and services. This technology is primarily designed to help parkers find spaces more easily and therefore reduce on site congestion.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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.1.2)Economic and financial standing
III.1.3)Technical and professional ability
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.2.1)Previous publication concerning this procedure
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.2)Information about electronic workflows
VI.3)Additional information:
The duration referenced in Section II 1.4 is for the placing of orders.
The value provided in Section II 1.4 is only an estimate. We cannot guarantee to successful suppliers any business through this framework agreement. Spend and volumes may vary throughout the life of the framework agreement from the anticipated levels given in this notice.
The Framework Agreement is for use by all public sector & Third sector customers within the UK (including Devolved Administrations). Due to Restrictions placed on Contracting Authority’s, (limit of 4 000 characters for this section) A full list of Contracting Authorities able to access is agreement is not published. A list of members is available within the framework document.
VI.4.1)Review body
Halyard Court, 31 Broadway
Salford
M50 2UW
United Kingdom
VI.4.2)Body responsible for mediation procedures
Halyard Court, 31 Broadway
Salford
M50 2UW
United Kingdom
VI.4.3)Review procedure
OJEU procedures include a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to bidders. This period allows unsuccessful bidders to seek further debriefing from the contracting authority before the contract is entered into. Such information should be requested from NHSSBS. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly.
VI.4.4)Service from which information about the review procedure may be obtained
Halyard Court, 31 Broadway
Salford
M50 2UW
United Kingdom
VI.5)Date of dispatch of this notice: