Tender

Provision of security services solution

  • 2Gether Support Solutions Limited

F02: Contract notice

Notice identifier: 2024/S 000-041091

Procurement identifier (OCID): ocds-h6vhtk-04c9e2

Published 19 December 2024, 10:32pm



Section one: Contracting authority

one.1) Name and addresses

2Gether Support Solutions Limited

William Harvey Hospital, Kennington Road, Ashford

Kent

TN24 0LZ

Contact

Senior Category Manager - Corporate (C298122)

Email

ekh-tr.procurement@nhs.net

Country

United Kingdom

Region code

UKJ44 - East Kent

Internet address(es)

Main address

https://www.2gethersupportsolutions.org/

Buyer's address

https://www.2gethersupportsolutions.org/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://health-family.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://health-family.force.com/s/Welcome

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

https://health-family.force.com/s/Welcome

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

Provision of security services solution

Reference number

C298122

two.1.2) Main CPV code

  • 79710000 - Security services

two.1.3) Type of contract

Services

two.1.4) Short description

2gether Support Solutions Ltd. (herein referred to as "our" or "us" or "we") was formed in April 2018 as a new, wholly owned subsidiary company of one of the largest NHS Foundation Trusts in the UK, East Kent Hospitals University NHS Foundation Trust (the "Trust"). We provide essential support services to the Trust, from facilities and property management to catering, procurement and portering.

We are seeking to appoint a professional, competent and suitably experienced provider to deliver an effective security services solution across our core customer's hospitals sites on an all year round basis.

Further information about the requirements, including how the contract will be awarded, is available from the published Tender Pack within the Suppliers Document section of the Atamis e-sourcing portal.

If you are a professional, competent and suitably experienced security services solution provider, are capable of delivering the requirements described within the Tender Pack and interested in helping support us, then you are invited to submit a bid in accordance with the instructions set out in the Additional information section of this notice.

two.1.5) Estimated total value

Value excluding VAT: £6,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79713000 - Guard services
  • 79714000 - Surveillance services
  • 79715000 - Patrol services
  • 79711000 - Alarm-monitoring services
  • 75241000 - Public security services

two.2.3) Place of performance

NUTS codes
  • UKJ44 - East Kent
Main site or place of performance

As stated within the procurement documents available from the Supplier Documents section of the Atamis e-sourcing portal.

two.2.4) Description of the procurement

We are seeking to appoint a professional, competent and suitably experienced provider to deliver an effective security services solution across our core customer's hospitals sites all year round basis.

2gether's Procurement services aims to improve security services practices and make them more efficient and sustainable, to save on cost, improve hospital function, and reduce the impact on the environment in line with NHS net zero carbon commitments.

Whilst making efficiency savings in this area of expenditure is significantly important to 2gether's Procurement services, other service delivery improvements are also required, including reducing the overall barriers to entry to encourage greater interest and competition from the market – irrespective of bidder size, niche ability or differing service model offering.

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: £6,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Subject to overall service performance and earlier termination in accordance with the contract's terms and conditions, there may be a formal option to extend the contract by a further twelve (12) months, with this being reviewed by the Contracting Authority no later than six (6) months prior to the third anniversary of the contract's commencement date.

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As stated in the procurement documents.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

As stated in the procurement documents.

three.2.2) Contract performance conditions

As stated in the procurement documents.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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

Date

21 January 2025

Local time

4:00pm

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

21 January 2025

Local time

4:00pm

Place

Procurement Offices, William Harvey Hospital, Kennington Road, Willesborough, Ashford, Kent TN24 0LZ

Information about authorised persons and opening procedure

Tenders will be opened by the Senior Category Manager - Corporate (C298122) via the Atamis e-sourcing portal.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 48 months

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Further information about 2gether Support Solutions Ltd. is available from https://2gethersupportsolutions.org

Suitably experienced providers wishing to tender for this provision of a security services solution contract opportunity, reference number C298122, must submit their Tender response via the Contracting Authority's e-Tendering system, http://health-family.force.com/s/Welcome.

Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at:

Phone: 0800 9956035

E-mail: support-health@atamis.co.uk

This contract opportunity may be used by other Contracting Authorities including any of the following:

1a) other public sector bodies located in, or around, Kent and Medway, including Clinical Commissioning Groups or GP Practices and any other provider of primary medical services; or local authorities or NHS Foundation Trusts / NHS Trusts; or social enterprises or subsidiary companies of any of the above; and

1b) any statutory and any other successor organisations to the above and any of the foregoing contracting authorities.

The Contracting Authority reserves not to award the contract opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice.

Tenderers should note that they will be required to enter into terms and conditions of contract as set out in the procurement documents and that save for matters of clarification or consistency, the Contracting Authority will not negotiate the terms.

The Contracting Authority will not accept completed ITT's after the stated closing date. All documents to be priced (where applicable) in sterling and all payments made in sterling.

All tender costs and liabilities incurred by Bidders shall be the sole responsibility of that Bidder.

For information on the review procedure bidders are referred to Regulation 86 (Notice of decision to award a contract or conclude a framework agreement); Regulation 87 (Standstill Period) and Regulation 91 to 102 of the Public Contracts Regulations 2015 (PCR 2015).

Following any decision to award the concession contract, the contracting authority will providing debriefing information to unsuccessful bidders (in accordance with Regulation 86 of the PCR 2015) and observe a minimum ten day standstill period (in accordance with Regulation 87 of the PCR 2015) before the contract is entered into.

six.4) Procedures for review

six.4.1) Review body

East Kent Hospitals University NHS Foundation Trust

Trust Headquarters, Kent and Canterbury Hospital, Ethelbert Road

Canterbury

CT1 3NG

Country

United Kingdom

Internet address

https://www.ekhuft.nhs.uk

six.4.2) Body responsible for mediation procedures

East Kent Hospitals University NHS Foundation Trust

Trust Headquarters, Kent and Canterbury Hospital, Ethelbert Road

Canterbury

CT1 3NG

Country

United Kingdom

Internet address

https://www.ekhuft.nhs.uk

six.4.4) Service from which information about the review procedure may be obtained

2Gether Support Solutions Limited

William Harvey Hospital, Kennington Road, Ashford

Kent

TN24 0LZ

Country

United Kingdom

Internet address

https://www.2gethersupportsolutions.org/