Bedfordshire Hospitals NHS Foundation Trust: Car Parking Management and Site Security Services

  Bedfordshire Hospitals NHS Foundation Trust is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Car Parking Management and Site Security Services
Notice type: Contract Notice
Authority: Bedfordshire Hospitals NHS Foundation Trust
Nature of contract: Services
Procedure: Negotiated
Short Description: The contracting authority is seeking to commission the provision of car parking management and site security services at our Bedford Hospital and Luton and Dunstable Hospital Site from 1st April 2023.
Published: 30/09/2022 16:52
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-Luton: Car park services.
Section I: Contracting Authority
      I.1) Name and addresses
             Bedfordshire Hospitals NHS Foundation Trust
             Lewsey Road, Luton, LU4 0DZ, United Kingdom
             Tel. +44 1582497042, Email: Darren.Bates2@ldh.nhs.uk
             Contact: Darren Bates
             Main Address: https://www.bedfordshirehospitals.nhs.uk/
             NUTS Code: UKH2
      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.3) Communication
      Access to the procurement documents is restricted. Further information can be obtained at: https://www.delta-esourcing.com
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      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: Car Parking Management and Site Security Services       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      98351100 - Car park services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The contracting authority is seeking to commission the provision of car parking management and site security services at our Bedford Hospital and Luton and Dunstable Hospital Site from 1st April 2023.       
      II.1.5) Estimated total value:
      Value excluding VAT: 8,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKH2 Bedfordshire and Hertfordshire
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The contracting authority is seeking to commission the provision of car parking management and site security services for Bedfordshire Hospitals NHS Foundation Trust at our site in Bedford and our Luton and Dunstable site from April 2023. Further information will be provided to those who express interest in this opportunity
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 8,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/04/2023 / End: 31/03/2028       
      This contract is subject to renewal: Yes       
      Description of renewals: Plus 1 + 1 option included.
      II.2.9) Information about the limits on the number of candidates to be invited:
       Not provided
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: The Contracting Authority reserves the right to divide this opportunity into lots and/or accept variant bids but only at the Contracting Authority's sole discretion.       


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:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description NEGOTIATED
      IV.1.1) Type of procedure:   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.
   IV.1.5) Information about negotiation: No.
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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 OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 01/11/2022 Time: 17:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 14/11/2022       
      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 month(s): 9
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: Bedfordshire Hospitals NHS Foundation Trust is a large general hospital across two sites, Luton and Dunstable University Hospital and Bedford Hospital. We have around 7,500 staff providing high quality care for a growing population of around 700,000 across Bedfordshire and the surrounding areas. The Trust has approximately 1057 inpatient beds across the two sites and provides a comprehensive range of general medical and surgical services, including Emergency Department (ED) and maternity services. Last year we provided healthcare services for over 153,000 admitted patients, over 700,000 outpatients and Emergency Department attendees and we delivered over 8,100 babies.

Most outpatient services are provided on the Luton and Dunstable Hospital and Bedford Hospital sites. The Trust also provides community musculo-skeletal services (MSK) at three locations across the catchment area, including our Orthopaedic Centre situated further along Dunstable Road and chronic obstructive pulmonary disease (COPD) and Diabetes services for South Bedfordshire. Outreach clinics for phlebotomy and therapies are also sited at the North Wing site in Bedford.

At the Luton and Dunstable University Hospital site, we are planning development of an Acute Services Block and New Ward Block which are essential to support Maternity, Neonatology, Critical Care and Theatre services. This is planned to complete by the end of 2024. At our Bedford Hospital site we are investing in Emergency Department upgrades and car park developments. Our schemes will support staff in delivering the best care to patients in the best environment, and to improve patient experience.

The Contracting Authority reserves the right to cancel the award procedure at any time and does not bind itself to accept the lowest or any tender.

The Contracting Authority is not responsible or liable for any costs incurred by those expressing interest in, negotiating or tendering for this opportunity.

Please note that all values and timescales provided in this notice are indicative only and subject to change.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Luton:-Car-park-services./H92J2DSM4W

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/H92J2DSM4W
   VI.4) Procedures for review
   VI.4.1) Review body:
             Trust appointed evaluation team
       Luton, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 30/09/2022

Annex A


View any Notice Addenda

View Award Notice