GSTT Procurement - Smart Together: UK-Lewisham - Manned Security Services

  GSTT Procurement - Smart Together has published this notice through Delta eSourcing

Notice Summary
Title: UK-Lewisham - Manned Security Services
Notice type: Contract Notice
Authority: GSTT Procurement - Smart Together
Nature of contract: Services
Procedure: Restricted
Short Description: Provision of Manned Security Services
Published: 30/08/2013 17:28

View Full Notice

UK-London: Security services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Lewisham Healthcare NHS Trust (As of 1st October 2013 will be Lewisham and Greenwich NHS Trust)
      University Hospital Lewisham, High Street, London, SE13 6LH, United Kingdom
      Tel. +44 2083333000, Email: LH.LewishamCPSR@nhs.net
      Attn: Dil Jaffer

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Health

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: UK-Lewisham - Manned Security Services
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 27

         Region Codes: UKI22 - Outer London - South         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Security services. Provision of Manned Security Services
         
      II.1.6)Common Procurement Vocabulary:
         79710000 - Security services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Not Provided      
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: Not Provided   
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Provision of Manned Security Services. It is anticipated that the initial period of contract to be 36 months but will be subject to further extensions upto 24 months. NOTE:THIS NOTICE IS SUPPORTED BY A FULL PRE QUALIFICATION QUESTIONNAIRE ( PQQ 2) - THE DOCUMENT
REF: PQQ 2 WILL BE AVAILABLE FROM MONDAY 9TH SEPTEMBER 2013 AT http://www.lewisham.nhs.uk/about/important_documents/tender_documents.aspx
THE COMPLETED PQQ 1 DOCUMENT MUST BE RETURNED BY 14.00 HOURS 29th SEPTEMBER 2013 TO THE Email address:- LH.LewishamCPSR@nhs.net. PQQ's RECEIVED AFTER 14.00 HOURS 29th SEPTEMBER 2013 WILL BE DISQUALIFIED.      
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
      Not Provided
   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: Not Provided      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
      Not Provided      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.

      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         (k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Not Provided      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                Not Provided
   
   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)Information about electronic auction:
         An electronic auction will be used: Not Provided
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: T13/LHT/0337      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:


         Not Provided      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 29/09/2013
         Time: 14:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Not Provided
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Not Provided      
   VI.3)Additional Information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=72127983
GO-2013830-PRO-5079973 TKR-2013830-PRO-5079972
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Lewisham Healthcare NHS Trust
      University Hospital, London, SE13 6LH, United Kingdom
      Tel. +44 2083333000

      Body responsible for mediation procedures:
               Lewisham Healthcare NHS Trust
         University Hospital, London, SE13 6LH, United Kingdom
         Tel. +44 2083333000

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            The Lewisham Hospital NHS Trust
      University Hospital, London, se13 6lh, United Kingdom
      Tel. +44 2083333000

   VI.5) Date Of Dispatch Of This Notice: 30/08/2013

ANNEX A

View any Notice Addenda

UK-London: Security services.

Section I: Contracting Authority
   Title: UK-London: Security services.
   I.1)Name, Addresses And Contact Point(s)
      Lewisham Healthcare NHS Trust (As of 1st October 2013 will be Lewisham and Greenwich NHS Trust)
      University Hospital Lewisham, High Street, London, SE13 6LH, United Kingdom
      Tel. +44 2083333000, Email: LH.LewishamCPSR@nhs.net
      Attn: Dil Jaffer
   
   I.2)Type Of Purchasing Body
      Not Provided      
      
Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: UK-Lewisham - Manned Security Services
      II.1.2)Short description of the contract or purchase:
      Security services. Provision of Manned Security Services
      
      II.1.3)Common procurement vocabulary:
      79710000 - Security services.
      
      
Section IV: Procedure
   IV.1) Type of Procedure
      IV.1.1)Type of procedure (as stated in the original notice): Restricted       
   IV.2)Administrative Information
      IV.2.1)File reference number attributed by the contracting authority/entity: T13/LHT/0337      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2013 - 116880
      IV.2.3)Notice to which this publication refers: Not Provided      
      IV.2.4)Date of dispatch of the original Notice: 30/08/2013
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Correction
Additional Information


      VI.3)Information to be corrected or added
         VI.3.1) Modification of original information submitted by the contracting authority
         VI.3.2) In the original Notice

         VI.3.3)Text to be corrected in the original notice:
            
            Place of text to be modified: 11.1.1 Title attributed to the contract by the contracting authority:

11.2.1 Total Quantity or Scope:
            
            Instead of: 11.1.1 UK - Lewisham - Manned Security Services

11.2.1 Provision of Manned Security services: It is anticipated that the initial period of contract to be
36 months but will be subject to further extensions up to 24 months. NOTE: THIS NOTICE IS SUPPORTED BY A FULL PRE QUALIFICATION QUESTIONNAIRE (PQQ 2) - THE DOCUMENT REF: PQQ 2 WILL BE AVAILABLE FROM MONDAY 9TH SEPTEMBER 2013 AT:-http://www.lewisham.nhs.uk/about/important_documents/tender_documents.aspx
THE COMPLETED PQQ 1 DOCUMENT MUST BE RETURNED BY
14.00 HOURS 29TH SEPTEMBER 2013 TO THE EMAIL ADDRESS: LH.LewishamCPSR@nhs.net. PQQ’S RECEIVED AFTER 14.00 HOURS 29TH SEPTEMBER 2013 WILL BE DISQUALIFIED.
            
            Read: 11.1.1 UK- Lewisham - Manned
Security Services inclusive of Reception Service.

11.2.1 Provision of Manned Security services: It is anticipated that the initial period of contract to be
36 months but will be subject to further extensions up to 24 months. NOTE: THIS NOTICE IS SUPPORTED BY A FULL PRE QUALIFICATION QUESTIONNAIRE (PQQ 2) - THE DOCUMENT REF: PQQ 2 WILL BE AVAILABLE FROM MONDAY 9TH SEPTEMBER 2013 AT:-http://www.lewisham.nhs.uk/about/important_documents/tender_documents.aspx
THE COMPLETED PQQ 2 DOCUMENT (WITH ANY SUPPORTING EVIDENCE) MUST BE RETURNED BY
14.00 HOURS 29TH SEPTEMBER 2013 TO THE EMAIL ADDRESS: LH.LewishamCPSR@nhs.net. PQQ’S RECEIVED AFTER 14.00 HOURS 29TH SEPTEMBER 2013 WILL BE DISQUALIFIED.

         VI.3.4)Dates to be corrected in the original notice: Not Provided

         VI.3.5)Addresses and contact points to be corrected:
            Lewisham Healthcare NHS Trust
            University Hospital Lewisham, High Street, London, SE13 6LH, United Kingdom
            Tel. +44 2083333000
            
         VI.3.6)Text to be added in the original notice: Not Provided
      VI.4)Other additional information:      
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=72388301
GO-201393-PRO-5087033 TKR-201393-PRO-5087032

      VI.5)Date of dispatch: 03/09/2013

View Award Notice