Section one: Contracting authority
one.1) Name and addresses
West Hertfordshire Teaching Hospitals NHS Trust
Watford General Hospital, Vicarage Road
Watford
WD18 0HB
Contact
Alex Trollope
Telephone
+44 7766160105
Country
United Kingdom
NUTS code
UKH - East of England
Internet address(es)
Main address
https://www.westhertshospitals.nhs.uk/default.asp
Buyer's address
https://www.hertsprocurement.nhs.uk/joomla/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
WHHT - Security Services
Reference number
T/12-21/1160
two.1.2) Main CPV code
- 79710000 - Security services
two.1.3) Type of contract
Services
two.1.4) Short description
The West Hertfordshire Teaching Hospitals NHS Trust ("WHHT", "the Authority") is seeking to procure its Security Service across its mixed multi-site, multi stakeholder portfolio. The initial 5 year contract will have a commencement date of 1 December 2022.
The Security Service provision will be made up of the following sub-services:
1. Security incidents and security service requests;
2. Security patrols;
3. Dedicated security personnel;
4. Liaison with the Authority’s LSMS;
5. Escorting duties;
6. Disaster and emergency response;
7. incident reporting;
8. Crime prevention;
9. Police liaison;
10. Reporting and administration;
11. Authority staff matters and awareness;
12. Monitoring and supervision; and
13. Security Desk.
two.1.5) Estimated total value
Value excluding VAT: £9,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKH - East of England
two.2.4) Description of the procurement
The objectives of this procurement are as follows:
1. The provision of the Security Service which is supportive of, and enhance the diverse core services associated with, the Authority’s property portfolio;
2. Provision of a quality Security Service which represents value for money without compromising on quality and service delivery;
3. A transparent service provision in terms of both task delivery and cost;
4. The provision of continuity of service, processes, systems and procedures across all properties;
5. A consistent service delivery across the Authority’s diverse property portfolios;
6. A partnership approach with the Authority’s other outsourced and directly delivered FM contracts that deliver an integrated FM service provision;
7. A Security Service which understands the explicit and implicit needs and values of the Authority;
8. A collaborative approach to service delivery which interfaces with the Authority’s other FM service providers;
9. A service provider and supply chain members that can effectively manage multi-site stakeholder expectations; and
10. The provision of a flexible service delivery model, that considers the potential change in property footprint scheduled throughout the duration of the contract.
The Authority is looking for a Service Provider who can deliver the above objectives within a healthcare environment, and who will embrace and work in partnership with the Authority and its wider stakeholders, tenants and clients, so future aspirations can be exceeded.
Furthermore, the Authority requires a Service Provider that appreciates that expectations and priorities of the Security Service are unique to each type of property, and thus are expected to adopt an approach that is property specific, proactive and responsive.
The Authority’s Car Parking Service, currently being delivered as a combined contract service model is being procured as a separate tender to this Security Service tender.
Although there is a possibility that the same organisation may be awarded both the Security Services Contract and the Car Park Management Services Contract for the Watford Hospital Site – bidders for each procurement are required to sign up to an interface agreement which will govern the terms of any interface issues between both contracts. A copy of this interface agreement will be provided as part of the legal documents on each procurement.
The Watford General Hospital may be subject to potential redevelopment during the contract.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £9,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 December 2022
End date
30 November 2027
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further 2 year period (in 1 year increments) totalling a potential maximum term of 7 years
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 March 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
11 April 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
The High Court
Strand
London
WC2A 2LL
generaloffice@administrativecourtoffice.justice.gov.uk
Country
United Kingdom