Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision of Broadmoor Security Maintenance Services

  • First published: 23 May 2019
  • Last modified: 23 May 2019
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
West London Mental Health NHS Trust
Authority ID:
AA21973
Publication date:
23 May 2019
Deadline date:
19 June 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The hospital is compliant with HMPPS Category B prison standards, having perimeter intrusion detection systems, supported by CCTV. General surveillance cameras as well as internal ward and garden CCTV are broadly used, details of which are included within the asset register to be provided during the ISOS Phase of the procurement. The hospital perimeter will initially include both perimeters for the old and new hospitals. These will be joined together prior to the patient move, to enable further development works to take place securely before the old perimeter can be decommissioned. The secure perimeter will therefore cover a circumference of approximately 1,4 km (91 zones) and will reduce to approximately 1,1 km when the old hospital perimeter is decommissioned. The scale of the project will incorporate all systems in the new hospital and the perimeter Detection and CCTV in the old site. Please refer to Memorandum of Information (MoI) for more information in respect of the high level requirements. Given the high security nature of the Trust, together with the complexity of new and legacy systems being maintained, the Trust has adopted the competitive dialogue procedure to define the designated solution(s) that best suits and meets the trusts short, medium and long term needs and requirements.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

West London Mental Health NHS Trust

Broadmoor Hospital

Crowthorne

RG45 7EG

UK

Contact person: Mr Samm Parker

E-mail: tenders.security@westlondon.nhs.uk

NUTS: UKJ11

Internet address(es)

Main address: http://www.wlmht.nhs.uk

Address of the buyer profile: http://www.wlmht.nhs.uk

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://www.lppsourcing.org/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.lppsourcing.org/


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

Provision of Broadmoor Security Maintenance Services

Reference number: DN409976

II.1.2) Main CPV code

50610000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The new Broadmoor Hospital site has been built on land immediately adjacent to the old hospital. The Trust expects to take operational management of the new hospital in spring 2019, with a view to moving patients from the old hospital to the new hospital towards the end of 2019.The Trust has a number of legacy security systems and new digital systems being installed in the new hospital that have already been procured. The current in house team maintains some aspects of the legacy systems, supported by specialist maintenance contractors from time to time. The Trust would like to award a contract for the delivery of planned preventative maintenance (PPM), reactive maintenance and equipment life cycle replacement service, delivered in a partnership.

II.1.5) Estimated total value

Value excluding VAT: 3 000 000.00  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:

UKJ11

II.2.4) Description of the procurement

The hospital is compliant with HMPPS Category B prison standards, having perimeter intrusion detection systems, supported by CCTV. General surveillance cameras as well as internal ward and garden CCTV are broadly used, details of which are included within the asset register to be provided during the ISOS Phase of the procurement. The hospital perimeter will initially include both perimeters for the old and new hospitals. These will be joined together prior to the patient move, to enable further development works to take place securely before the old perimeter can be decommissioned. The secure perimeter will therefore cover a circumference of approximately 1,4 km (91 zones) and will reduce to approximately 1,1 km when the old hospital perimeter is decommissioned. The scale of the project will incorporate all systems in the new hospital and the perimeter Detection and CCTV in the old site. Please refer to Memorandum of Information (MoI) for more information in respect of the high level requirements. Given the high security nature of the Trust, together with the complexity of new and legacy systems being maintained, the Trust has adopted the competitive dialogue procedure to define the designated solution(s) that best suits and meets the trusts short, medium and long term needs and requirements.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The contract will have the option to be extended beyond the initial term of 24 months by a maximum of 2 further extensions of 12 months each.

These extensions are optional and can only be availed at the sole discretion of the Contracting Authority.

II.2.9) Information about the limits on the number of candidates to be invited

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

Competitive dialogue

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 19/06/2019

Local time: 10:00

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: 3 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Director of Finance, West London Mental Health NHS Trust

Crowthorne

UK

VI.5) Date of dispatch of this notice

20/05/2019

Coding

Commodity categories

ID Title Parent category
50610000 Repair and maintenance services of security equipment Repair and maintenance services of security and defence materials

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
tenders.security@westlondon.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.