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
Region 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.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") sought 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 July 2023.
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.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £10,000,000
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 were 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 has appointed 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 required 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 was procured as a separate tender to this Security Service tender. An interface agreement will govern the terms of any interface issues between both contracts.
The Watford General Hospital may be subject to potential redevelopment during the contract.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Commercial / Weighting: 40
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-002810
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
6 June 2023
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Crown Security Solutions Ltd
RT MARKE & CO (69), 69 High Street
Bideford
EX39 2AT
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
08423599
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £7,200,000
Total value of the contract/lot: £7,200,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
The High Court
The Strand
London
WC2A 2LL
Country
United Kingdom