Tender

Car Parking Management and Security

  • Isle of Wight NHS Trust

F02: Contract notice

Notice identifier: 2023/S 000-029595

Procurement identifier (OCID): ocds-h6vhtk-0408be

Published 6 October 2023, 4:50pm



The closing date and time has been changed to:

24 November 2023, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Isle of Wight NHS Trust

St Mary's Hospital, Parkhurst Road

Newport

PO30 5TG

Email

christopher.may@soeprocurement.nhs.uk

Country

United Kingdom

Region code

UKJ35 - South Hampshire

NHS Organisation Data Service

RF1

Internet address(es)

Main address

https://www.iow.nhs.uk/

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