Security and Traffic Management and Enforcement Services Tender
South Devon Healthcare NHS Foundation Trust and Torbay and Southern Devon Health and Care NHS Trust require effective and professional security and traffic management services for the personal safety of patients, visitors and staff and the protection of the Trust’s property and that of patients and staff while on Trusts’ premises.
United Kingdom-Torquay: Security services
2014/S 198-350370
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
South Devon Healthcare NHS Foundation Trust
Procurement Department, Regent House, Regent Close
Contact point(s): Procurement Department
For the attention of: Adam Wilby
TQ2 7AN Torquay
UNITED KINGDOM
Telephone: +44 1803653356
E-mail: adam.wilby@nhs.net
Internet address(es):
General address of the contracting authority: http://www.sdhct.nhs.uk/
Address of the buyer profile: https://tactica-live.advanced365.com/login.asp
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 23: Investigation and security services, except armoured car services
Main site or location of works, place of delivery or of performance: NHS Establishments in South Devon.
NUTS code UKK4
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
Please see Quanitity and Scope for further information and section III.2.1 for how to take part in the competition.
II.1.6)Common procurement vocabulary (CPV)
79710000, 98351000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
General background information on the Trusts can be obtained from our websites;
http://www.sdhct.nhs.uk/aboutus/ & http://www.tsdhc.nhs.uk/aboutus/Pages/Default.aspxAt the time of tender both the above organisations remain separate legal entities with some shared and collaborative services between them. However the organisations intend to join together to create a single Integrated Care Organisation and should this transaction go through before or during the term of this contract then the contract(s) shall novate to the new Integrated Care Organisation. Should the organisations not integrate then separate contracts and billing will be required to be maintained with each organisation.
The requirements are set out in Lots and as core and optional services. Bidders can bid for one or multiple Lots and the authority reserves the right to award each Lot separately or to one contractors. Core requirements represent the main requirement for services and as they are broadly carried out at present. Optional services are additional services that the Trusts wish to explore and have the option to take either at award or throughout the term of contract.
Lot 1 Security Services and Traffic Management and Enforcement Service to South Devon Healthcare NHS Premises.
Core Requirement:
The provision of a manned guarding service, including internal and external patrols and CCTV monitoring to Torbay Hospital Premises, issuing identification badges and supporting car park cash collection and enforcement duties.
The provision car park Traffic officer for Torbay Hospital site. This role will be responsible for traffic management including; undertake enforcement on site to the Trusts specification, ensuring parking systems are in good working order and stocks maintained, cash collection from machines to on site cashiers office and supporting security duties when required.
Optional Requirements:
Provision of a vehicle for transportation of officers and equipment around the site and outlying premises.
Firm cost for additional officers for provision of manned guard or mobile security services as and when required to any of the Trusts’ premises.
Lot 2 Torbay and Southern Devon Health and Care NHS Trust Community Establishments Parking Cash Collection and Enforcement Service.
The provision of a car park cash collection and mobile enforcement service to community health establishments based in South Devon where required. The Trusts are currently revising its car parking provision and wishes to explore the provision of a mobile cash collection and enforcement for several of its community sites which may increase/decrease during the term of the contract. The initial service will be to 3 community hospitals involve enforcement visit and include cash collection ticket replenishment from parking meters. There will be an option to expand or contract this service to other Trust sites throughout the contract with successful contractor. The collected cash will require delivery to the onsite cashiers office.
General:
The Trust reserves the right to take or not to take optional or additional security services at the award of the contract or throughout its term as well as increase or decrease the security requirements throughout the term of the contract(s) with the successful Contractor(s).
The successful contractor must hold and maintain a Security Industry Authority (SIA) Licence along with all individual employees deployed on the contract throughout the term of the agreement and abide by the code of practice. The successful contractor must also hold, maintain membership of and abide by the code of practice of the British Parking Association (BPA).
It is highly likely that Transfer undertaking and Protection of Employment (TUPE) will apply to the current contractors’ staff and while the Trusts will pass on entitlement information provided from the incumbent contractors it will be a requirement the incumbent and successful contractor(s) indemnify the Trusts’ with regards to the relevant obligations under such provisions.
Innovation and alternative proposals:
The Trusts are open to innovative proposals where they reduce costs to the Trusts and/or significantly improve safety. However the Trusts reserve the right to reject such proposals if in the opinion of the Trusts these are not cost effective, require disproportionate increased administrative burden on the Trusts or negatively impact requirements.
Although the Trust has indicated it is following the Restricted procedure the Services within scope of this notice are Part B Residual Services and while the Trust will follow a process similar to the Restricted Procedure (that is having a separate qualification stage and tender stage) it does not intend to be bound by the regulations specific to it. The notice is purely a form of advertising to ensure the Trusts receive competitive proposals and to abide by the broader treaty principles for part B services.
II.2.2)Information about options
Description of these options: As detailed in Total Quantity and Scope section II.2.1.
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Lot 1 Security Services and Traffic Management and Enforcement Service to South Devon Healthcare NHS Premises
1)Short description
2)Common procurement vocabulary (CPV)
79710000, 98351000
3)Quantity or scope
Lot No: 2Lot title: Torbay and Southern Devon Health and Care NHS Trust Community Establishments Parking Cash Collection and Enforcement Service.
1)Short description
2)Common procurement vocabulary (CPV)
98351000
3)Quantity or scope
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: Please see Total Quantity and Scope section II.2.1 above.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Any supplier may be disqualified who does not respond to the following in the requisite manner:
1) Suppliers are required to express an interest in the OJEU process and complete PQQ documents (where applicable) via the Trusts eSourcing system TACTICA — which is accessed at https://tactica-live.advanced365.com — please make sure that you are registered to avoid any future delays.
2) Information and formalities necessary for evaluating if requirements are met:
(a) Is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) Is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) Has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) Has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate;
(e) Has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) Has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) Is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) Has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) Has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) Has been the subject of a conviction for fraud within the meaning of
Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) Has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
Bidders who have been convicted of a Bribery Act 2010 offence under section 1 (offences relating to bribing another person) or section 6 (bribery of foreign public officials) will be excluded.
In addition to the Provisions of Freedom of Information Act, Bidders will have due regard to the Trusts obligations on Transparency which are set out in more detail at www.businesslink.gov.uk/transparency/procurement and all offers will be submitted on the basis that the contract when awarded may be published in full in accordance with H M Government Transparency Guidance.
The Trust will also be utilising the supplier information database (SID4Gov) to manage and assess general pre-qualification information in the form of a profile. As well as responding to the tender via TACTICA, candidates are requested to provide or update their profile on the SID4Gov as follows:
a) candidates should register on SID4Gov at https://sid4gov.cabinetoffice.gov.uk/ by clicking on the ‘Register for sid4gov’ option listed under ‘Join Us’.
b) to continue with the registration process Suppliers must have a current DUNS Number. If a Supplier does not have a DUNS Number there is a link to the D&B UK website to request a DUNS Supplier Number.
c) Suppliers who already have a published profile on SID4Gov must confirm that information is up to date; i) candidates should ensure all relevant sections of their SID4Gov profile are completed to demonstrate their ability to meet the short listing criteria applicable to this contract. Where access to SID4Gov is unavailable, please contact SID4Gov Support Centre on +44 8452992994.
Please note all responses to OJEU should be made through TACTICA eSOURCING System — registration is required on SID4GOV to update or provide company profiles only.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
As per III.2.1. above.
III.3.1)Information about a particular profession
Reference to the relevant law, regulation or administrative provision: Licenced Officers under the SIA Security Industry Authority in the UK.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: As set out in the Pre Qualification Questionnaire (PQQ).
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
To receive more information about this tender, including any amendments and/or clarifications and to request any clarifications and/or to respond to this tender, you must register your interest to this tender on the following site: https://tactica-live.advanced365.com
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: