Sheffield Teaching Hospitals: Car Parking Management Service

  Sheffield Teaching Hospitals is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Car Parking Management Service
Notice type: Contract Notice
Authority: Sheffield Teaching Hospitals
Nature of contract: Services
Procedure: Restricted
Short Description: Provision of a Car Parking Management Service at The Sheffield Teaching Hospitals Fondation Trust. The Car Park are based at the Northern Campus (Northern General Hospital) and the Central Campus which includes( Royal Hallamshire Hospital, Jessop Wing Hospital, Weston Park Hospital and Charles Clifford Dental Hospital). Whilst the Trust would prefer one supplier to manage the whole STH Car Parking Portfolio we reserve the right to split the Portfolio and award to multiple suppliers.
Published: 10/12/2014 14:13
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Sheffield: Control, safety or signalling equipment for parking facilities.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Sheffield Teaching Hospitals
      Sheffield Teaching Hospitals NHS Foundation Trust, Royal Hallamshire Hospital, Supplies Dept, Floor C, Glossop Road, Sheffield, S10 2JF, United Kingdom
      Tel. +44 1142265838, Fax. +44 11411860, Email: philip.broadhurst@sth.nhs.uk
      Contact: Supplies & Commercial Services, Attn: Philip Broadhurst
      Electronic Access URL: https:/www.delta-esourcing.com/tenders/uk-sheffield:Healthservices.GD2M37Q66T
      Electronic Submission URL: https:/www.delta-esourcing.com/respond/GD2M37Q66T

      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:
      Ministry or any other national or federal authority, including their regional or local sub-divisions

   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: Car Parking Management Service
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 14

         Region Codes: UKE32 - Sheffield         
      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:
      Control, safety or signalling equipment for parking facilities. Parking meters. Installation services of parking meter equipment. Parking services. Parking enforcement services. Provision of a Car Parking Management Service at The Sheffield Teaching Hospitals Fondation Trust. The Car Park are based at the Northern Campus (Northern General Hospital) and the Central Campus which includes( Royal Hallamshire Hospital, Jessop Wing Hospital, Weston Park Hospital and Charles Clifford Dental Hospital). Whilst the Trust would prefer one supplier to manage the whole STH Car Parking Portfolio we reserve the right to split the Portfolio and award to multiple suppliers.
         
      II.1.6)Common Procurement Vocabulary:
         34996300 - Control, safety or signalling equipment for parking facilities.
         
         38730000 - Parking meters.
         
         51214000 - Installation services of parking meter equipment.
         
         63712400 - Parking services.
         
         98351110 - Parking enforcement services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      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 a Car Parking Management Service at The Sheffield Teaching Hospitals Fondation Trust. The Car Park are based at the Northern Campus (Northern General Hospital) and the Central Campus which includes( Royal Hallamshire Hospital, Jessop Wing Hospital, Weston Park Hospital and Charles Clifford Dental Hospital). Whilst the Trust would prefer one supplier to manage the whole STH Car Parking Portfolio but we reserve the right to split the Portfolio and award to multiple suppliers.         
         Estimated value excluding VAT: 1,600,000
         Currency: GBP
                        
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: Yes
                   
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 36 (from the award of the contract)

   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:Yes       
      If Yes, description of particular conditions:
      This information will be included in the ITT Documentation.      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      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:
                        Envisaged minimum number: 2 and maximum number: 5         
         Objective Criteria for choosing the limited number of candidates:
         Identified in the PQQ Document.   
   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: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: 42721/EU/PB      
      IV.3.2)Previous publication(s) concerning the same contract: No

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

      Date: 09/01/2015
      Time-limit for receipt of requests for documents or for accessing documents: 17:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 16/01/2015
         Time: 17:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 30/01/2015      
      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: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Sheffield:-Control%2C-safety-or-signalling-equipment-for-parking-facilities./49C3S5FFAA

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/49C3S5FFAA
GO-20141210-PRO-6219282 TKR-20141210-PRO-6219281
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 10/12/2014

ANNEX A

View any Notice Addenda

Car Parking Management Service

UK-Sheffield: Control, safety or signalling equipment for parking facilities.

Section I: Contracting Authority
   Title: UK-Sheffield: Control, safety or signalling equipment for parking facilities.
   I.1)Name, Addresses And Contact Point(s)
      Sheffield Teaching Hospitals
      Sheffield Teaching Hospitals NHS Foundation Trust, Royal Hallamshire Hospital, Supplies Dept, Floor C, Glossop Road, Sheffield, S10 2JF, United Kingdom
      Tel. +44 1142265838, Fax. +44 11411860, Email: philip.broadhurst@sth.nhs.uk
      Contact: Supplies & Commercial Services, Attn: Philip Broadhurst
   
   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: Car Parking Management Service
      II.1.2)Short description of the contract or purchase:
      Control, safety or signalling equipment for parking facilities. Parking meters. Installation services of parking meter equipment. Parking services. Parking enforcement services. Provision of a Car Parking Management Service at The Sheffield Teaching Hospitals Fondation Trust. The Car Park are based at the Northern Campus (Northern General Hospital) and the Central Campus which includes( Royal Hallamshire Hospital, Jessop Wing Hospital, Weston Park Hospital and Charles Clifford Dental Hospital). Whilst the Trust would prefer one supplier to manage the whole STH Car Parking Portfolio we reserve the right to split the Portfolio and award to multiple suppliers.
      
      II.1.3)Common procurement vocabulary:
      34996300 - Control, safety or signalling equipment for parking facilities.
      
      38730000 - Parking meters.
      
      51214000 - Installation services of parking meter equipment.
      
      63712400 - Parking services.
      
      98351110 - Parking enforcement 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: 42721/EU/PB      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2014 - 148141
      IV.2.3)Notice to which this publication refers: Not Provided      
      IV.2.4)Date of dispatch of the original Notice: 10/12/2014
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Additional Information


      VI.3)Information to be corrected or added
         VI.3.1) Both
            Modification of original information submitted by the contracting authority.
            Publication on TED not compliant with original information provided by the contracting authority.
         VI.3.2) In both
            In the original Notice.
            In the corresponding tender documents.

         VI.3.3)Text to be corrected in the original notice:

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

         VI.3.5)Addresses and contact points to be corrected:
            Sheffield Teaching Hospitals
            Royal Hallamshire Hospital, Glossop Road, Sheffield, S10 2JF, United Kingdom
            
         VI.3.6)Text to be added in the original notice: Not Provided
      VI.4)Other additional information:      
      The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender. PLEASE NOTE THAT THE ACCESS CODE HAS BEEN CHANGED TO 49C3S5FFAA
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=123040307
GO-20141211-PRO-6222405 TKR-20141211-PRO-6222404

      VI.5)Date of dispatch: 11/12/2014

View Award Notice

UK-Sheffield: Control, safety or signalling equipment for parking facilities.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Sheffield Teaching Hospitals NHS Foundation Trust
       Supplies Department, Clocktower, Northern General Hospital, Herries Road, Sheffield, S5 7AU, United Kingdom
       Tel. +44 1142266801, Email: jackie.powell@sth.nhs.uk
       Contact: Supplies & Commercial Services
       Main Address: https://www.delta-esourcing.com
       NUTS Code: UKE32

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Ministry or any other national or federal authority, including their regional or local subdivisions

   I.5) Main activity:
      Health

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Car Parking Management Service            
      Reference number: 42721/EU/PB

      II.1.2) Main CPV code:
         34996300 - Control, safety or signalling equipment for parking facilities.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Provision of a Car Parking Management Service at The Sheffield Teaching Hospitals Fondation Trust. The Car Park are based at the Northern Campus (Northern General Hospital) and the Central Campus which includes( Royal Hallamshire Hospital, Jessop Wing Hospital, Weston Park Hospital and Charles Clifford Dental Hospital). Whilst the Trust would prefer one supplier to manage the whole STH Car Parking Portfolio we reserve the right to split the Portfolio and award to multiple suppliers.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 2,180,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            34996300 - Control, safety or signalling equipment for parking facilities.
            38730000 - Parking meters.
            51214000 - Installation services of parking meter equipment.
            63712400 - Parking services.
            98351110 - Parking enforcement services.


      II.2.3) Place of performance
      Nuts code:
      UKE32 - Sheffield
   
      Main site or place of performance:
      Sheffield
             

      II.2.4) Description of the procurement: Control, safety or signalling equipment for parking facilities. Parking meters. Installation of services of parking meter equipment. Parking Services. Parking enforcement services. Provision of a Car Parking Management Service at Sheffield Teaching Hospitals Foundation Trust. The Car Park are based at the Northern Campus (Northern General Hospital) and the Central Campus which includes ( Royal Hallamshire Hospital, Jessop Wing Hospital, Western Park Hospital and Charles Clifford Dental Hospital). Whilst the Trust would prefer one supplier to manage the whole STH Car Parking Portfolio we reserve the right to split the Portfolio and award to multiple suppliers

      II.2.5) Award criteria:
      Quality criterion - Name: Mandatory Questions / Weighting: Pass/Fail
      Quality criterion - Name: Parking Management and Enforcement / Weighting: 20%
      Quality criterion - Name: Secure and Safe Parking Environment / Weighting: 20%
      Quality criterion - Name: Service Requirements / Weighting: 5%
      Quality criterion - Name: Complaints Management / Weighting: 10%
      Quality criterion - Name: Carbon Footprint Reduction / Weighting: 5%
      Quality criterion - Name: Staff Management / Weighting: 20%
      Quality criterion - Name: Contract Management / Weighting: 15%
      Quality criterion - Name: Innovation and Creativity / Weighting: 5%
                  
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:There is the option to extend the contract for further periods up to an additional 24 months.

      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: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: No

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2014/S 241-424442
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: 42721/EU/PB    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 28/09/2016

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Indigo Park Services UK Ltd
             Oak House, Reeds Crescent, Watford, WD24 4QP, United Kingdom
             NUTS Code: UKE32
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 2,180,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=221546386

   VI.4) Procedures for review

      VI.4.1) Review body
          Not applicable
          Not applicable, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not applicable

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 04/10/2016