Contract notice
Section I: Contracting
authority
I.1) Name and addresses
West Hertfordshire Teaching Hospitals NHS Trust
Watford General Hospital, Vicarage Road
Watford
WD18 0HB
UK
Contact person: Alex Trollope
Telephone: +44 7766160105
E-mail: alex.trollope@nhs.net
NUTS: UKH
Internet address(es)
Main address: https://www.westhertshospitals.nhs.uk/default.asp
Address of the buyer profile: https://www.hertsprocurement.nhs.uk/joomla/
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
http://health.atamis.co.uk
Tenders or requests to participate must be sent to the abovementioned 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
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
WHHT - Car Parking Service
Reference number: T/12-21/1161
II.1.2) Main CPV code
98351000
II.1.3) Type of contract
Services
II.1.4) Short description
The West Hertfordshire Teaching Hospitals NHS Trust ("WHHT", "the Authority") is seeking to procure its Car Parking Service across its mixed multi-site, multi stakeholder portfolio. The initial 5 year contract will have a commencement date of 1 December 2022.<br/><br/>The Car Parking Service provision will be made up of the following sub-services: <br/><br/>1. Car parking staff vetting and training;<br/>2. Crime prevention and detection;<br/>3. On site traffic and car parking management, including parking control notices and electrical vehicle points and payment management;<br/>4. Administration of permits and other car parking records;<br/>5. Key Management within the Multistorey Car Park;<br/>6. Emergency incident response;<br/>7. Abandoned vehicles; <br/>8. Site security and PCSO Police liaison;<br/>9. Car park communications; and<br/>10. Helpdesk service
II.1.5) Estimated total value
Value excluding VAT:
10 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKH
II.2.4) Description of the procurement
The objectives of this procurement are as follows:<br/>1. The provision of the Car Parking Service which is supportive of, and enhance the diverse core services associated with, the Authority’s property portfolio;<br/>2. Provision of a quality Car Parking Service which represents value for money without compromising on quality and service delivery;<br/>3. A transparent service provision in terms of both task delivery and cost;<br/>4. The provision of continuity of service, processes, systems and procedures across all properties;<br/>5. A consistent service delivery across the Authority’s diverse property portfolios;<br/>6. A partnership approach with the Authority’s other outsourced and directly delivered FM contracts that deliver an integrated FM service provision;<br/>7. A Car Parking Service which understands the explicit and implicit needs and values of the Authority;<br/>8. A collaborative approach to service delivery which interfaces with the Authority’s other FM service providers; <br/>9. A service provider and supply chain members that can effectively manage multi-site stakeholder expectations; and<br/>10. The provision of a flexible service delivery model, that considers the potential change in property footprint scheduled throughout the duration of the contract.<br/><br/>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.<br/><br/>Furthermore, The Authority requires a Service Provider who appreciates that expectations and priorities of the Car Parking Service are unique to each type of property, and thus are expected to adopt an approach that is property specific, proactive and responsive.<br/><br/>The Authority’s Security Service, currently being delivered as a combined contract service model is being procured as a separate tender to this Car Parking Service tender.<br/><br/>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.<br/><br/>The Watford General Hospital may be subject to potential redevelopment over the course of the contracts.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
10 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/12/2022
End:
30/11/2027
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
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
11/03/2022
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
25/04/2022
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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 VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.4) Procedures for review
VI.4.1) Review body
The High Court
Strand
London
WC2A 2LL
UK
E-mail: generaloffice@administrativecourtoffice.justice.gov.uk
Internet address(es)
URL: https://www.gov.uk/courts-tribunals
VI.5) Date of dispatch of this notice
07/02/2022