OJ/S S137 21/07/2009 200742-2009-EN
European Communities – Services – Accelerated restricted procedure
1/9
UK-Salford: security services 2009/S 137-200742 CONTRACT NOTICE Services SECTION I: CONTRACTING AUTHORITY I.1) NAME, ADDRESSES AND CONTACT POINT(S): NHS North West Collaborative Commercial Agency (NWCCA), 3rd Flr, Sandringham House, Castle Court, Windsor St., Attn: Stephen McGarry, UK-Salford M5 4DG . E-mail: stephen.mcgarry@nwcca.nhs.uk. Fax +44 1612123709. Internet address(es): General address of the contracting authority: www.nwcca.nhs.uk. Further information can be obtained at: As in above-mentioned contact point(s). Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: As in above-mentioned contact point(s). Tenders or requests to participate must be sent to: As in above-mentioned contact point(s). I.2)
TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES: Body governed by public law. Health. The contracting authority is purchasing on behalf of other contracting authorities: yes.
SECTION II: OBJECT OF THE CONTRACT II.1) DESCRIPTION II.1.1)
Title attributed to the contract by the contracting authority: Security Services for NHS member Trusts in the Northwest Collaborative Commercial Agency.
II.1.2)
Type of contract and location of works, place of delivery or of performance: Services. Service category: No 23. Main place of performance: Framework agreement for the benefit of the member trusts of the NWCCA. The current member trusts are: 5 Boroughs Partnership NHS Trust Aintree University Hospitals NHS Foundation Trust. Bolton PCT. Calderstones Partnership NHS Foundation Trust. Central and Eastern Cheshire PCT. Central Manchester University Hospitals NHS Foundation Trust. Christie Hospital NHS Foundation Trust. Cumbria Partnership NHS Foundation Trust. East Cheshire NHS Trust. East Lancashire Hospitals NHS Trust. Greater Manchester West Mental Health NHS Foundation Trust. Lancashire Care NHS Foundation Trust.
21/07/2009 S137 ted.europa.eu
European Communities – Services – Accelerated restricted procedure Supplement to the Official Journal of the European Union
1/9
OJ/S S137 21/07/2009 200742-2009-EN
European Communities – Services – Accelerated restricted procedure
2/9
Liverpool Primary Care Trust. Manchester Mental Health & Social Care Trust. Mersey Care NHS Trust. NHS Ashton Leigh & Wigan. NHS Blackburn with Darwen. NHS Blackpool. NHS Bury. NHS Central Lancashire. NHS Cumbria. NHS East Lancashire. NHS Halton & St Helens. NHS Heywood, Middleton & Rochdale. NHS Knowsley. NHS Manchester. NHS North Lancashire. NHS North West (Strategic Health Authority). NHS Salford. NHS Sefton. NHS Stockport. NHS Warrington. NHS Western Cheshire. North Cumbria University Hospitals NHS Trust. North West Ambulance Service NHS Trust. Oldham Primary Care Trust. Pennine Care NHS Foundation Trust. Royal Bolton Hospital NHS Foundation Trust. Salford Royal NHS Foundation Trust. Southport and Ormskirk Hospital NHS Trust. St. Helens and Knowsley Teaching Hospitals NHS Trust. Tameside & Glossop Primary Care Trust. Tameside Hospital NHS Foundation Trust. Trafford Healthcare NHS Trust. Trafford Primary Care Trust. University Hospital of South Manchester NHS Foundation Trust. University Hospitals of Morecambe Bay NHS Trust. Wrightington Wigan & Leigh NHS Foundation Trust. At their own discretion, other Northwest of England organisations may choose to participate in this Framework Agreement, NHS or related bodies, local authorities and/or any other public body or government department and their arms length bodies, agencies or any other third parties. NUTS code: UKD. II.1.3)
The notice involves: The establishment of a framework agreement.
II.1.4)
Information on framework agreement: Framework agreement with several operators. Duration of the framework agreement: Duration in year(s): 4.
21/07/2009 S137 ted.europa.eu
European Communities – Services – Accelerated restricted procedure Supplement to the Official Journal of the European Union
2/9
OJ/S S137 21/07/2009 200742-2009-EN
European Communities – Services – Accelerated restricted procedure
3/9
Justification for a framework agreement, the duration of which exceeds four years: Option to extend by 12 months, due to complex nature of services. Estimated total value of purchases for the entire duration of the framework agreement: Estimated value excluding VAT: Range: between 2 000 000 and 20 000 000 GBP. II.1.5)
Short description of the contract or purchase(s): Provision of the following Security Services for NHS and Public Sector; 1. Manned Guarding (incl Static and Mobile Patrol). 2. Key Holding (incl Alarm Response). 3. Intruder and Hold-up Alarm Install (incl Design, Install, Maintenance and Repair). 4. Alarm Receiving Centres (incl Remote Video Receiving Centres). 5. CCTV Camera System Install (incl Design, Install, Maintenance and Repair). 6. CCTV Management, Operation and Monitoring. 7. Access Control Systems. 8. Total Integrated Security Solutions.
II.1.6)
Common procurement vocabulary (CPV): 79710000, 35120000.
II.1.7)
Contract covered by the Government Procurement Agreement (GPA): Yes.
II.1.8)
Division into lots: Yes. Tenders should be submitted for: one or more lots.
II.1.9)
Variants will be accepted: Yes.
II.2)
QUANTITY OR SCOPE OF THE CONTRACT
II.2.1)
Total quantity or scope: Total quantity or scope of the contract is still to be confirmed but will be identified to all suppliers at the ITT stage should they pass the PQQ. This voluntary notice is placed in accordance with Article 21. Please note the above services are listed under annex 1B, hence publication is not obligatory.
II.2.2)
Options:
II.3)
DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION:
INFORMATION ABOUT LOTS LOT NO 1 TITLE: Manned Guarding (incl Static and Mobile Patrols) 1)
SHORT DESCRIPTION: Provision of Security Guards for purposes of deterrence and protection from theft, harm or damage, injury and Abuse to Property, Staff and Members of the public.
2)
COMMON PROCUREMENT VOCABULARY (CPV): 79710000.
3)
QUANTITY OR SCOPE:
4)
INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION:
21/07/2009 S137 ted.europa.eu
European Communities – Services – Accelerated restricted procedure Supplement to the Official Journal of the European Union
3/9
OJ/S S137 21/07/2009 200742-2009-EN
5)
European Communities – Services – Accelerated restricted procedure
4/9
ADDITIONAL INFORMATION ABOUT LOTS: The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
LOT NO 2 TITLE: Key Holding and Alarm Response 1)
SHORT DESCRIPTION: Provision of a Key Holding service for Trust premises, including the timely response to incidents that require a response for purposes of attending and allowing access to such premises, or securing where appropriate, as and when informed from members of the Trust, other Security Services or Police forces.
2)
COMMON PROCUREMENT VOCABULARY (CPV): 79710000.
3)
QUANTITY OR SCOPE:
4)
INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION:
5)
ADDITIONAL INFORMATION ABOUT LOTS: The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
LOT NO 3 TITLE: Install of Intruder and Hold-up Alarms 1)
SHORT DESCRIPTION: Provision of Services associated with Installation and Maintenance of Intruder Alarms, Hold-up (or Personal Attack) Alarms and other such version of Alarms that may reasonably be associated. Services may include but are not wholly required, nor limited to; Design of systems, Installation of systems or alarms, maintenance services of alarms and systems and repair to systems or alarms.
2)
COMMON PROCUREMENT VOCABULARY (CPV): 35120000.
3)
QUANTITY OR SCOPE:
4)
INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION:
5)
ADDITIONAL INFORMATION ABOUT LOTS: The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
LOT NO 4 TITLE: Alarm Receiving Centres and Remote Video Receiving Centres 1)
SHORT DESCRIPTION: Provision of services relating to Receiving, Monitoring and co-ordinating response to secure signals from Intruder (and Hold up) Alarms, and from Remote Activated Detector CCTV camera's and systems.
2)
COMMON PROCUREMENT VOCABULARY (CPV): 79711000.
3)
QUANTITY OR SCOPE:
4)
INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION:
5)
ADDITIONAL INFORMATION ABOUT LOTS:
21/07/2009 S137 ted.europa.eu
European Communities – Services – Accelerated restricted procedure Supplement to the Official Journal of the European Union
4/9
OJ/S S137 21/07/2009 200742-2009-EN
European Communities – Services – Accelerated restricted procedure
5/9
The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction. LOT NO 5 TITLE: Install of CCTV Camera's and systems 1)
SHORT DESCRIPTION: Service for CCTV Camera installation includes elements such as; Design, Installation, Maintenance and repair of CCTV systems for use in Public Space, Private Space and Continuous Surveillance, and Install of Remote Activated Detector systems.
2)
COMMON PROCUREMENT VOCABULARY (CPV): 35125300.
3)
QUANTITY OR SCOPE:
4)
INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION:
5)
ADDITIONAL INFORMATION ABOUT LOTS: The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
LOT NO 6 TITLE: CCTV Monitoring and Management 1)
SHORT DESCRIPTION: Provision of services such as Operation, Management and Monitoring of installed CCTV systems for use in Public Space, Private Space and Continuous surveillance. Services should include robust processes for handling and storing images, recovery of images, compliance with Data Protection Act, 1998, Human Rights Act 1998 and Freedom of Information Act.
2)
COMMON PROCUREMENT VOCABULARY (CPV): 79710000.
3)
QUANTITY OR SCOPE:
4)
INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION:
5)
ADDITIONAL INFORMATION ABOUT LOTS: The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
LOT NO 7 TITLE: Access Control Systems 1)
SHORT DESCRIPTION: Services shall include any or all elements such as; Design, Install, Maintenance and Repair of Access Control Systems for premises.
2)
COMMON PROCUREMENT VOCABULARY (CPV): 35123000.
3)
QUANTITY OR SCOPE:
4)
INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION:
5)
ADDITIONAL INFORMATION ABOUT LOTS:
21/07/2009 S137 ted.europa.eu
European Communities – Services – Accelerated restricted procedure Supplement to the Official Journal of the European Union
5/9
OJ/S S137 21/07/2009 200742-2009-EN
European Communities – Services – Accelerated restricted procedure
6/9
The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction. LOT NO 8 TITLE: Total Integrated Security Solutions 1)
SHORT DESCRIPTION: Provision of any part, or all, of Lots 1-7 in a fully integrated and coherent service for Trusts. Providers are expected to provide all elements from Lots 1-7, although Individual Contracting Authorities may only request some lots.
2)
COMMON PROCUREMENT VOCABULARY (CPV): 79710000, 35120000.
3)
QUANTITY OR SCOPE:
4)
INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION:
5)
ADDITIONAL INFORMATION ABOUT LOTS: The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION III.1) CONDITIONS RELATING TO THE CONTRACT III.1.1)
Deposits and guarantees required: Parent company or other guarantees may be required in certain circumstances. See the invitation to offer for further details.
III.1.2)
Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them: Procurement under the framework may be funded by trusts themselves or with trusts payments through a centrally allocated charitable and policy driven funding, and through leasing, rental or alternative payment agreed between the supplier and customer and with agreement form the contract authority and acceptable under the terms and conditions.
III.1.3)
Legal form to be taken by the group of economic operators to whom the contract is to be awarded: Joint and Several Liability.
III.1.4)
Other particular conditions to which the performance of the contract is subject:
III.2)
CONDITIONS FOR PARTICIPATION
III.2.1)
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers: Information and formalities necessary for evaluating if requirements are met: 1) Entering general PQQ supplier information. NWCCA utilizes the NHS Supplier Information Database (sid4health) to manage and assess general prequalification information in the form of a profile. Candidates are requested to provide their profile in sid4health as follows: i) Candidates should register on sid4health at http://www.sid4health.nhs.uk/home.action and submit their sid4health company profile for publication to the system. Candidates already registered on sid4health must ensure that information is up to date. ii) Candidates should ensure all the relevant sections of their sid4health profile are completed to demonstrate their ability to meet the short-listing criteria applicable to this contract. Those items required within the sections
21/07/2009 S137 ted.europa.eu
European Communities – Services – Accelerated restricted procedure Supplement to the Official Journal of the European Union
6/9
OJ/S S137 21/07/2009 200742-2009-EN
European Communities – Services – Accelerated restricted procedure
7/9
are as set out within the minimum short-listing criteria guide which appears in the supplier toolkit on the following page http://www.pasa.nhs.uk/pasaweb/nhsprocurement/sid4health/landingpage.htm. iii) Where access to sid4health is unavailable, please contact the sid4health Helpdesk at: help@sid4health.nhs.uk. 2) Submission of expression of interest and procurement specific information. This procurement exercise will be conducted on the NWCCA eTendering portal at https:// nwcca.bravosolution.co.uk Candidates wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information (if required) through the NWCCA eTendering portal as follows: i) Candidates should register on the NWCCA eTendering portal at https://NWCCA.bravosolution.co.uk by clicking the link to register — Accept the terms and conditions and click “continue”. — Enter your correct business and user details. — Note the username you chose and click “Save” when complete. — You will shortly receive an email with your unique password (please keep this secure)ii) Once registered, candidates must express your interest as follows: a. login to the NWCCA eTendering portal, b. select PQQs Open To All Suppliers, c. access listing related to this contract and view details, d. click on “Express Interest” button in the “Actions” box on the left-hand side of the page. iii) Once you have expressed interest, the PQQ will move to “My PQQs”, where you can download additional documentation (if required in III.2.1.1.ii above), and construct your reply as instructed. For any support in submitting your expression of interest please contact the eTendering Help-desk at +44 8000112470 or help@bravosolution.co.uk. III.2.2)
Economic and financial capacity: Information and formalities necessary for evaluating if requirements are met: Please access PQQ as per instructions above. Minimum level(s) of standards possibly required: Please access PQQ as per instructions above.
III.2.3)
Technical capacity: Minimum level(s) of standards possibly required: Please access PQQ as per instructions above.
III.2.4)
Reserved contracts:
III.3)
CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1)
Execution of the service is reserved to a particular profession:
III.3.2)
Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service:
SECTION IV: PROCEDURE IV.1) TYPE OF PROCEDURE IV.1.1)
Type of procedure: Accelerated restricted. Justification for the choice of accelerated procedure: In the current economic climate a faster procurement process will benefit economies by providing a quicker distribution of public funds into markets. By speeding up this procurement supplying organisations will have the opportunity to win this new contract sooner. The money funding this procurement will enter the economy faster.
21/07/2009 S137 ted.europa.eu
European Communities – Services – Accelerated restricted procedure Supplement to the Official Journal of the European Union
7/9
OJ/S S137 21/07/2009 200742-2009-EN
European Communities – Services – Accelerated restricted procedure
8/9
This voluntary notice is placed in accordance with Article 21. Please note the above services are listed under annex 1B, hence publication is not obligatory. IV.1.2)
Limitations on the number of operators who will be invited to tender or to participate: Envisaged minimum number: 5. Maximum number: 14 Objective criteria for choosing the limited number of candidates: Please refer to PQQ.
IV.1.3)
Reduction of the number of operators during the negotiation or dialogue:
IV.2)
AWARD CRITERIA
IV.2.1)
Award criteria: The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document.
IV.2.2)
An electronic auction will be used: Yes. An e-auction may be used to determine final pricing of some or all products identified in the tender. This will be determined prior to the issue of tender.
IV.3)
ADMINISTRATIVE INFORMATION
IV.3.1)
File reference number attributed by the contracting authority: TR/SRFT/NWCCA/189/09/SM.
IV.3.2)
Previous publication(s) concerning the same contract: No.
IV.3.3)
Conditions for obtaining specifications and additional documents or descriptive document:
IV.3.4)
Time-limit for receipt of tenders or requests to participate: 7.8.2009 - 14:00.
IV.3.5)
Date of dispatch of invitations to tender or to participate to selected candidates:
IV.3.6)
Language(s) in which tenders or requests to participate may be drawn up: English.
IV.3.7)
Minimum time frame during which the tenderer must maintain the tender:
IV.3.8)
Conditions for opening tenders:
SECTION VI: COMPLEMENTARY INFORMATION VI.1) THIS IS A RECURRENT PROCUREMENT: Yes. Estimated timing for further notices to be published: Contract may be re advertised in 4 years. VI.2)
CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS:
VI.3)
ADDITIONAL INFORMATION: This voluntary notice is placed in accordance with Article 21. Please note the above services are listed under annex 1B, hence publication is not obligatory. Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: All documentation must be obtained through the Bravo eTendering system. Tenders or requests to participate must be sent to: i) All tenders/requests to participate must be through the Bravo eTendering system If and when this requirement is offered to tender, this may be done in whole or in part via electronic means using the internet.
21/07/2009 S137 ted.europa.eu
European Communities – Services – Accelerated restricted procedure Supplement to the Official Journal of the European Union
8/9
OJ/S S137 21/07/2009 200742-2009-EN
European Communities – Services – Accelerated restricted procedure
9/9
ii) The contract is for the benefit of other participating NHS bodies (whether acting individually, or on behalf of, or together as members of any consortia) along with any other non-NHS bodies which the participants deem necessary for the delivery of services or goods to NHS bodies, local authorities, other government departments or non-departmental public bodies charged with the delivery of healthcare or health related services. iii) Contracts awarded under a framework agreement may be awarded either: a) by application of the terms laid down in the framework agreement without reopening competition, or b) where not all the required terms of the proposed contracts are laid down in the framework agreement, by reopening competition between the economic operators which are parties to this framework agreement and which are capable of performing the proposed contract. iv) Reopening of competition will be done in accordance with the procedure set out in Directive 2004/18/EC, Article 32. The operation of the framework agreement will incorporate the re-opening of competition between the economic operators which are party to the framework agreement so as to incorporate the effects of competition, and the effect on competition, derived from beneficiaries of and parties to the contracts under the agreement to include central purchasing bodies as detailed in Article 32 of Directive 2004/18/EC; collaborative purchasing hubs; confederations; purchasing consortiums; trusts and other incorporated and un-incorporated bodies acting under the aegis of aggregate purchasing policies, and/or volume commitment/exclusivity commitment policies, and forms devolved to regional and local levels within the UK National Health Service (NHS). v) The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction. vi) It is the contracting authority’s intention to include certain contractual provisions regarding a supplier charge, which may be applied to purchases made under contract(s) awarded. Further details will be made available via contract documentation and information released during the course of the tender process. VI.4)
PROCEDURES FOR APPEAL
VI.4.1)
Body responsible for appeal procedures:
VI.4.2)
Lodging of appeals: Precise information on deadline(s) for lodging appeals: The NWCCA will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such additional information should be requested via the Bravo eTendering system using the messaging facility within the appropriate ITT. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages. The purpose of the standstill period referred to above is to allow parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.3)
Service from which information about the lodging of appeals may be obtained:
VI.5)
DATE OF DISPATCH OF THIS NOTICE: 17.7.2009.
21/07/2009 S137 ted.europa.eu
European Communities – Services – Accelerated restricted procedure Supplement to the Official Journal of the European Union
9/9