Tender

WHHT - Security Services

  • West Hertfordshire Teaching Hospitals NHS Trust

F02: Contract notice

Notice identifier: 2022/S 000-002810

Procurement identifier (OCID): ocds-h6vhtk-031194

Published 1 February 2022, 12:18pm



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

Email

alex.trollope@nhs.net

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

http://health.atamis.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://health.atamis.co.uk

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

http://health.atamis.co.uk

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

Email

generaloffice@administrativecourtoffice.justice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/courts-tribunals