Section one: Contracting authority
one.1) Name and addresses
Isle of Wight NHS Trust
St Mary's Hospital, Parkhurst Road
Newport
PO30 5TG
christopher.may@soeprocurement.nhs.uk
Country
United Kingdom
Region code
UKJ35 - South Hampshire
NHS Organisation Data Service
RF1
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/soepsprovider/aspx/Home
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/soepsprovider/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/soepsprovider/aspx/Home
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
Car Parking Management and Security
Reference number
F16517
two.1.2) Main CPV code
- 98351000 - Car park management services
two.1.3) Type of contract
Services
two.1.4) Short description
Bidders are invited for the provision of Car Parking and Security to meet the operational and clinical requirements for Isle of Wight NHS Trust.
The Trust wishes to appoint a commercial partner to:
• Provide the Trust with a high-quality Security and Car Parking Management Service.
• Fund and construct one of the three potential infrastructure projects detailed in this specification.
The Contractor is required to provide Security and Car Parking Management Services to all parts of the St Mary's Hospital campus, on behalf of Isle of Wight NHS Trust. Site drawings are given in the appendices. Services are required 24 hours per day, 365(6) days per year.
The Contractor is additionally required to fund and construct one of the three infrastructure projects described at Section 5 of the specification, on the St Mary's Hospital Campus.
For the avoidance of doubt, the car parking areas will remain the property of the Trust and the Contractor will have unfettered access at all times. The Contractor will be granted a simple licence to occupy and to operate as part of the Contract award.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45213312 - Car park building construction work
two.2.3) Place of performance
NUTS codes
- UKJ34 - Isle of Wight
Main site or place of performance
St Mary's Hospital
Parkhurst Road
Newport
Isle of Wight
PO30 5TG
two.2.4) Description of the procurement
Scope and Locations
The Contractor is required to provide Security and Car Parking Management Services to all parts of the St Mary's Hospital campus, on behalf of Isle of Wight NHS Trust. Site drawings are given in the appendices. Services are required 24 hours per day, 365(6) days per year.
The Contractor is additionally required to fund and construct one of the three infrastructure projects described at Section 5 of the specification, on the St Mary's Hospital Campus.
For the avoidance of doubt, the car parking areas will remain the property of the Trust and the Contractor will have unfettered access at all times. The Contractor will be granted a simple licence to occupy and to operate as part of the Contract award.
1.3 Output Specification
1.3.1 Overview
The specified requirement, contained in this current document, is primarily defined by output. The Contractor is required to meet the requirements of the specification, and to comply with performance requirements, including but not limited to those measured by Key Performance Indicators (see Section 2.1.19 of the specification). However, there are also defined input requirements relating to staffing, explained in the clauses below.
1.3.2 Security and Car Parking Officers
The Contractor shall have two appropriately-qualified and equipped Car Parking and Security Officers on duty at all times, 24 hours per day, 365(6) days per year.
1.3.3 Manager
The Contractor shall additionally employ a full-time dedicated Contract Manager, who will act as the main point of liaison between the Contractor and the Authorised Officer.
The Contract Manager will work normal office hours Monday to Friday.
1.3.4. Adherence to Staffing and Managerial Inputs
The Contractor is required to ensure that the required staffing levels are in place at all times, and shall allow for this in their staffing plan. For the avoidance of doubt, sickness, injury or staff absence for any other reason will not constitute a valid contractual reason for non-adherence to required staffing levels.
It is a requirement of the Contract that, at times when the Contract Manager is not available through leave or other absence, a suitable replacement Manager is on site to deputise for him during normal office hours. For the avoidance of doubt, this Manager will be additional to the two Car Parking and Security Managers on duty.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Trust wishes to appoint a commercial partner to both:
• Provide the Trust with a high-quality Security and Car Parking Management Service
• Fund and construct one of the three potential infrastructure projects detailed in this specification, as detailed in this section.
The three options for infrastructure improvement are, briefly:
• Option A - Replacement of all existing equipment relating to car parking, including pay machines and barriers
• Option B - As for Option A, with the creation of an additional 50 car parking spaces adjacent to the main visitor car park
• Option C - As for Option B, with the creation of a further additional 170 car parking spaces on a deck above the main visitor car park.
The Trust will decide upon the selected Option, if any, and it is anticipated that the capital costs of these works will be recouped through the Trust's parking income, subject to financial viability, over the life of the contract.
For each of these three options, Tenderers are required to make a detailed proposal. Each of the three proposals shall separately detail the following aspects:
• Works Cost
• Project Programme and Site Logistics
• Construction Management Plan
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
15 November 2023
Local time
12:00pm
Changed to:
Date
24 November 2023
Local time
12:00pm
See the change notice.
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
15 November 2023
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
To express an interest please log on/register on the Trust's e-sourcing portal available via the following link;
https://in-tendhost.co.uk/soepsprovider/aspx/Home
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom