We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

You may get an error message when trying to access the notices listed hereafter. If that is the case, please use the alternative links provided below. We are working on solving the problem. We apologize for the inconvenience.
716246-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:716246-2023:PDFS:FI:HTML
719591-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML
724690-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:724690-2023:PDFS:FI:HTML
731050-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:731050-2023:PDFS:FI:HTML
You may also use the following structure to build the URL of the notices concerned:
https://ted.europa.eu/udl?uri=TED:NOTICE:NNNNNN-2023:PDFS:LL:HTML, (example: https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML), but please bear in mind that only the original language version of the notice is available

There is a bug affecting the way URLs are displayed in eForms notices. We are working on solving the problem. In the meanwhile, we suggest that you remove the comma (or any other special character) that appears at the end of the URL. We apologize for the inconvenience.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 451963-2018

16/10/2018    S199

United Kingdom-Sheffield: Security services

2018/S 199-451963

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds and York Partnership NHS Foundation Trust)
Postal address: Don Valley House, Savile Street East
Town: Sheffield
NUTS code: UK UNITED KINGDOM
Postal code: S4 7UQ
Country: United Kingdom
Contact person: Jackie Williams
E-mail: jackie.williams@noecpc.nhs.uk
Internet address(es):
Main address: https://in-tendhost.co.uk/noecpc
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://in-tendhost.co.uk/noecpc
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://in-tendhost.co.uk/noecpc
Tenders or requests to participate must be submitted to the abovementioned address
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:

Security Services for the Healthcare Sector

Reference number: CPC 02619
II.1.2)Main CPV code
79710000 Security services
II.1.3)Type of contract
Services
II.1.4)Short description:

NOE CPC are seeking the provision of Security Services to cover a range of requirements including under Lot 1: Manned Guarding, Mobile Patrols, Key Holding and alarm response, reception duties and CCTV Monitoring services. Some Authorities may have additional security requirements covering a wider range of services incorporating those services under Lot 1 and additional security services including bed watching, car park management and management of the full services through the provision of Security Management personnel — these services are covered under Lot 2. Bidders can select which Lot or Lots they wish to bid for and each lot will be awarded separately.

II.1.5)Estimated total value
Value excluding VAT: 30 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Lot 1: Security Services

Lot No: Lot 1 Security Services
II.2.2)Additional CPV code(s)
79710000 Security services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4)Description of the procurement:

Lot 1: Security Services.

The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework — subject to NOE CPC approval: Barnsley Facilities Services Limited wholly owned subsidiary of:

Barnsley Hospital NHS Foundation Trust

Bradford Teaching Hospitals NHS Foundation Trust

Calderdale and Huddersfield NHS Foundation Trust

Chesterfield Royal Hospital NHS Foundation Trust

Colchester Hospital University NHS Foundation Trust

Derbyshire Community Health Services NHS Foundation Trust

Doncaster and Bassetlaw Teaching Hospitals NHS Foundation Trust

George Eliot Hospital NHS Trust.

Harrogate Healthcare Facilities Management Ltd wholly owned subsidiary of:

Harrogate District NHS Foundation Trust

Heart of England NHS Foundation Trust

Humber Teaching NHS Foundation Trust

Ipswich Hospital NHS Trust

Isle of Man Department of Health and Social Care

James Paget University Hospitals NHS Foundation Trust

Leeds and York Partnership NHS Foundation Trust

Leeds Community Healthcare NHS Trust

Leeds Teaching Hospitals NHS Trust

Leicestershire Partnership Trust

Lincolnshire Community Health Services NHS Trust

Lincolnshire Partnership NHS Foundation Trust

Locala Community Partnerships Mid Cheshire Hospitals NHS Foundation Trust

Mid Yorkshire Hospitals NHS Trust

North Cumbria University Hospitals NHS Trust.

North Tees and Hartlepool Solutions LLP wholly owned subsidiary of:

North Tees and Hartlepool NHS Foundation Trust

Northern Lincolnshire and Goole NHS Foundation Trust.

Northumbria Healthcare Facilities Management Limited wholly owned subsidiary of:

Northumbria Healthcare NHS Foundation Trust

Nottingham University Hospitals NHS Trust.

QE Facilities Limited wholly owned subsidiary of:

Gateshead Health NHS Foundation Trust

Salisbury NHS Foundation Trust

Sheffield Children's NHS Foundation Trust

Sheffield Health and Social Care NHS Foundation Trust

Sheffield Teaching Hospitals NHS Foundation Trust

Sherwood Forest Hospitals NHS Foundation Trust

Southport and Ormskirk Hospital NHS Trust

Stockport NHS Foundation Trust

Synchronicity Care Ltd (a wholly owned subsidiary of County Durham and Darlington NHS Foundation Trust) T/A CDD Services

The Newcastle upon Tyne Hospitals NHS Foundation Trust

The Queen Elizabeth Hospital Kings Lynn NHS Trust

The Rotherham NHS Foundation Trust

United Lincolnshire Hospitals NHS Trust

University Hospitals Birmingham NHS Foundation Trust

University Hospitals of Derby and Burton NHS Foundation Trust

University Hospitals of Leicester NHS Trust

York Teaching Hospital NHS Foundation Trust

Yorkshire Ambulance Service NHS Trust.

NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this Framework Agreement during the contract term See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: 70 % Weighting made up as: Questions common to Lots 1 and 2: 55 %, Questions common to Lot 1: 15 % / Weighting: 70 %
Cost criterion - Name: Lot 1 Cost / Weighting: 30
II.2.6)Estimated value
Value excluding VAT: 12 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

2 x 1 year extension periods: Extension 1: 25.1.2021 — 24.1.2022. Extension 2: 25.1.2022 — 24.1.2023

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

Listings of entities eligible to utilise any resulting agreement(s), subject to the approval of NOE CPC include any other NHS/Public Sector bodies located in England, Wales, Scotland, Northern Ireland, including any of the Crown Dependencies and NHS Collaborative Procurement Organisations: The NHS in England (National Health Service for the United Kingdom) including but not limited to Foundation Trusts, Acute (Hospital) Trusts, Ambulance Trusts, Mental Health Trusts, Care Trusts listed at: https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx

Clinical commissioning groups: https://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx

Area teams: https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx

Special health authorities: http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx

NHS improvement: https://improvement.nhs.uk/

Department of health: https://www.gov.uk/government/organisations/department-of-health

Arm’s length bodies: https://www.gov.uk/government/publications/how-to-contact-department-of-health-arms-length-bodies/department-of-healths-agencies-and-partner-organisations Sustainability and Transformation Partnerships (STPs) and their individual constituent organisations: https://www.england.nhs.uk/stps/view-stps/

NHS England: https://www.england.nhs.uk/ and other organisations involved in commissioning primary care services via clinical commissioning groups supported by commissioning support units which are responsible for commissioning most aspects of NHS care (or equivalent body established pursuant to legislation enacted as a result of, or in connection with, the white paper, equity and excellence: Liberating the NHS published July 2010. CCG: https://www.england.nhs.uk/resources/ccg-directory/

CSU: https://www.england.nhs.uk/commissioning/comm-supp/csu/

The clinical commissioning board, area teams: https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx and other organisations involved in commissioning and/or overseeing General Practitioner services, GP consortia, GP Practices and any other provider of primary medical services:

(a) who are a party to any of the following contracts:

— General Medical Services (GMS),

— Personal Medical Services (PMS),

— Alternative Provider Medical Services (APMS); and/or

b) commissioned by NHS England or other organisations involved in commissioning or overseeing General Practitioner services, as described above. The NHS in Wales, Scotland and Northern Ireland including but not limited to Primary care services — GPs, pharmacies, dentists and optometrists, Hospital services, and community services, including those provided through community health centres and mental health services at: NHS Wales (National Health Service for Wales): including but not limited to Welsh Health Boards, NHS Trusts and Public Health Wales: http://www.wales.nhs.uk/nhswalesaboutus/structure

NHS Scotland (National Health Service for Scotland) including but not limited to Regional NHS Boards, Special NHS Boards and public health body at: http://www.scot.nhs.uk/organisations/

Health and Social Care Services in Northern Ireland: (National Health Service for Northern Ireland) including but not limited to Health Trusts, Social Care Board and other HSC Agencies: http://online.hscni.net/

Social Enterprise UK: https://www.socialenterprise.org.uk

Local Authority Councils in England, Scotland and Wales: county, unitary, district, borough, and metropolitan councils (parish/community councils) Local Councils in England, Scotland and Wales: https://www.gov.uk/find-local-council

Local Authority Councils in Northern Ireland: https://www.nidirect.gov.uk/contacts/local-councils-in-northern-ireland

Continued at Section VI.3 Additional Information.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home

For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056).

II.2)Description
II.2.1)Title:

Lot 2: Managed Security Services

Lot No: Lot 2 Managed Security Services
II.2.2)Additional CPV code(s)
79710000 Security services
79716000 Identification badge release services
79715000 Patrol services
79714000 Surveillance services
79711000 Alarm-monitoring services
79713000 Guard services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4)Description of the procurement:

Provision of a managed service on behalf of the Authority including provision of enough management resource to manage and deliver all the required security services in scope and deliver those services against an agreed set of KPI’s. The required security services encompasses provision of security officers, mobile patrols including the vehicles for use in provision of the services, manned guarding, key holding, CCTV monitoring, bed watching, staff escort service, response services, car park duties including patrols and enacting parking enforcement procedures, front office & reception duties, incident monitoring and reporting on and managing the services on behalf of the Authority Local Security Management Specialist (LSMS) or Authorised Officer.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: 70 % Weighting made up as: Questions common to Lots 1 and 2: 55 %, Questions common to Lot 2: 15 % / Weighting: 70 %
Cost criterion - Name: Lot 2 cost / Weighting: 30
II.2.6)Estimated value
Value excluding VAT: 18 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

2 x 1 year extension periods: Extension 1: 25.1.2021 — 24.1.2022 — Extension 2: 25.1.2022 — 24.1.2023.

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
II.2.14)Additional information

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home

For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056)

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

See SQ/ITT.

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
List and brief description of selection criteria:

Selection criteria as stated in the procurement documents.

Minimum level(s) of standards possibly required:

Selection criteria as stated in the procurement documents.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 20
In the case of framework agreements, provide justification for any duration exceeding 4 years:

Not Applicable

IV.1.6)Information about electronic auction
An electronic auction will be used
Additional information about electronic auction:

Participating Authorities reserve the right to undertake electronic auctions in the awarding of call-offs under this framework agreement.

IV.1.8)Information about the 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: 12/11/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
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)
IV.2.7)Conditions for opening of tenders
Date: 12/11/2018
Local time: 12:00
Place:

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

Isle of Man (IoM) Government and associated IoM based public bodies, including all IoM Government Departments and Cabinet Office, including but not limited to:

Department of Health and Social Care: https://www.gov.im/about-the-government/departments/health-and-social-care/

The States of Jersey Government and administration including all Government Departments including but not limited to:

Health and social services: https://www.gov.je/Government/Departments/HealthSocialServices/Pages/index.aspx

The States of Guernsey (Parliament and government) including but not limited to the Committee for health and social care: https://www.gov.gg/article/152954/Health-and-Social-Services-Department

Educational establishments in England including schools and colleges: https://get-information-schools.service.gov.uk/

Schools in Wales: http://gov.wales/statistics-and-research/address-list-of-schools/?lang=en

Further education and 6th Form Colleges in the UK: http://findfe.com/

Higher education recognised or listed bodies in the UK offering degree-level courses: https://www.gov.uk/check-a-university-is-officially-recognised

Schools in Scotland including primary, secondary and special schools: https://education.gov.scot/parentzone/

Educational Establishments in Scotland: http://www.gov.scot/Topics/Statistics/ScotXed/SchoolEducation/SchoolEstablishments

Schools and educational establishments in Northern Ireland: https://www.education-ni.gov.uk/services/schools-plus

Higher education universities and colleges in Northern Ireland: https://www.nidirect.gov.uk/articles/universities-and-colleges-northern-ireland

UK Police Forces in England, Northern Ireland, Scotland and Wales including National Special Police Forces: https://www.police.uk/forces/

England fire and rescue services http://www.fire.org.uk/fire-brigades.html

Scottish fire and rescue services http://www.firescotland.gov.uk/your-area.aspx

Welsh fire and rescue services http://gov.wales/topics/people-and-communities/communities/safety/fire/localservices/?lang=en

Northern Ireland fire and rescue service https://www.nifrs.org/areas-districts/

UK Maritime and Coastguard Agency https://www.gov.uk/government/organisations/maritime-and-coastguard-agency/about/access-and-opening

Registered charities in England and Wales: https://www.gov.uk/find-charity-information

Registered charities in Scotland: https://www.oscr.org.uk/charities

Registered charities in Northern Ireland: http://www.charitycommissionni.org.uk/charity-search/

Ministry of Defence (MOD): https://www.gov.uk/government/organisations/ministry-of-defence

Registered social landlords, government funded, not-for-profit organisations that provide affordable housing, including housing associations, trusts and cooperatives.

England: https://www.gov.uk/government/publications/current-registered-providers-of-social-housing

Scotland: http://directory.scottishhousingregulator.gov.uk/pages/default.aspx

Wales: http://gov.wales/topics/housing-and-regeneration/publications/registered-social-landlords-in-wales/?lang=en

Northern Ireland: https://www.nidirect.gov.uk/contacts/housing-associations

Bidders should note that the NOECPC retain absolute discretion as to whether to accept any offer following evaluation. The NOE CPC is not bound in any way to accept any and reserves the right to make no further contract award under this procurement process. The NOE CPC shall not be held liable for any liability or cost or expense incurred by any bidder in relation to this project whatsoever, including, without limitations, in relation to the preparation of their tender and any subsequent clarification or any legal or other expenses.

VI.4)Procedures for review
VI.4.1)Review body
Official name: North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds and York Partnership NHS Foundation Trust)
Postal address: Don Valley House Savile Street East
Town: Sheffield
Postal code: S4 7UQ
Country: United Kingdom
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

NOE CPC will incorporate a minimum 10 calendar standstill period at the point information on the award of contract is communicated to tenderers, in accordance with Regulation 87 of the Public Contract Regulations 2015. Any tenderer wishing to appeal the decision to award the contract, or after the award of the contract appeal the award of the contract, shall have the rights set out in Part 3 of the Public Contract Regulations 2015.

VI.5)Date of dispatch of this notice:
12/10/2018