Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Soft Facilities Management, Asset Compliance and Security Services

  • First published: 24 December 2019
  • Last modified: 24 December 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
NHS Shared Business Services Ltd (NHS SBS)
Authority ID:
AA0106
Publication date:
24 December 2019
Deadline date:
29 January 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The objective of this framework agreement is to implement a contractual vehicle for the NHS and wider public sector to facilitate the procurement of soft facilities management, asset compliance and security services.

Please see tender documents for more information.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Shared Business Services Ltd (NHS SBS)

05280446

Halyard Court, Chandlers Point, 31 Broadway

Salford

M50 2UW

UK

Contact person: Urszula Kolkowska

Telephone: +44 161212373

E-mail: Urszula_Kolowska@nhs.net

NUTS: UK

Internet address(es)

Main address: www.sbs.nhs.uk

Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/39

I.2) 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://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=31360&B=NHSSBS


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=31360&B=NHSSBS


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Other: NHS SBS (joint venture between the Department of Health and Sopra Steria) body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Soft Facilities Management, Asset Compliance and Security Services

Reference number: SBS/19/UK/MX/9395

II.1.2) Main CPV code

79993100

 

II.1.3) Type of contract

Services

II.1.4) Short description

The objective of this framework agreement is to implement a contractual vehicle for the NHS and wider public sector to facilitate the procurement of a wide range of services to deliver the following service areas:

Security services, guards, alarms CCTV to porterage and courier services to cover asset compliance services such as asbestos services, demolition services, legionella services, fire safety services, FRAs active and passive fire equipment, PAT testing and health and safety training to soft facilities management, cleaning, landscaping and gardening, tree management, gritting and winter services, catering pnuematic tube systems, laundry services and total facilities management, to award a framework for up to 4 years on a national and regional basis.

Full details of the breakdown of the lots available within the document with total of 4 main lots and 31 sub-lots. Bidders may bid on one or multiple main lots and sub-lots.

II.1.5) Estimated total value

Value excluding VAT: 500 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1 (including 8 sub lots)

II.2.1) Title

Security Services

II.2.2) Additional CPV code(s)

79711000

79713000

79714000

79715000

31625000

31625100

31625200

31625300

32234000

42961000

42961100

71700000

98341120

64100000

35121000

35121600

35121700

35125300

73431000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

M50 2UW.

II.2.4) Description of the procurement

The objective of this framework agreement is to implement a contractual vehicle for the NHS and wider public sector to facilitate the procurement of soft facilities management, asset compliance and security services.

Please see tender documents for more information.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 500 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

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

All sub lots for Lot 1 are weighted at 70/30 except 1,6 total security services which is weighted 80/20.

The value within II.2.6) estimated value is the estimated value for all lots as a whole. NHS SBS are unable to provide a breakdown of this figure across each lot and region.

Lot No: 2 (including 10 sub lots)

II.2.1) Title

Asset Compliance

II.2.2) Additional CPV code(s)

31625100

31625200

35110000

35111000

35111200

35111300

35111320

35111400

35111500

35112000

35113000

35113300

39525400

44481100

44482000

44482100

44482200

45110000

45111000

45111100

45111200

45111230

45111300

45112320

45112340

45232430

45233292

45262660

50750000

51700000

90650000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

M50 2UW.

II.2.4) Description of the procurement

The objective of this framework agreement is to implement a contractual vehicle for the NHS and wider public sector to facilitate the procurement of soft facilities management, asset compliance and security services.

Please see tender documents for more information.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 500 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

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

The sub-lots are weighted at 70/30.

The value within II.2.6), estimated value is the estimated value for all lots as a whole. NHS SBS are unable to provide a breakdown of this figure across each lot and region.

Lot No: 3 (including 13 sub lots)

II.2.1) Title

Soft Facilities Managment

II.2.2) Additional CPV code(s)

34144440

39830000

45112700

45112710

45112711

45112712

45112714

45112720

45112723

45112713

45112721

45112722

45112730

45112740

55500000

55510000

55512000

55520000

55521200

55523100

55524000

71421000

77211300

77211400

77211500

77314000

77314100

79993000

79993100

90620000

90900000

90910000

90911000

90911100

90911200

90911300

90922000

90923000

90924000

98310000

98311000

98311100

98311200

98312000

98312100

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

M50 2UW.

II.2.4) Description of the procurement

The objective of this framework agreement is to implement a contractual vehicle for the NHS and wider public sector to facilitate the procurement of soft facilities management, asset compliance and security services.

Please see tender documents for more information.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 500 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

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

The majority of the lots are weighted at 70/30 with the exception of sub-lot 3-3 cleaning consumables which is weighted 60/40 and total soft facilities management which is weighted 80/20.

The value within II.2.6), estimated value is the estimated value for All lots as a whole. NHS SBS are unable to provide a breakdown of this figure across each lot and region.

Lot No: 4

II.2.1) Title

Total Facilities Management Services

II.2.2) Additional CPV code(s)

79993000

79993100

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

M50 2UW.

II.2.4) Description of the procurement

The objective of this framework agreement is to implement a contractual vehicle for the NHS and wider public sector to facilitate the procurement of soft facilities management, asset compliance and security services.

Please see tender documents for more information.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

II.2.6) Estimated value

Value excluding VAT: 500 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

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 lot is weighted at 80/20.

The value within II.2.6), estimated value is the estimated value for all lots as a whole. NHS SBS are unable to provide a breakdown of this figure across each lot and region.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

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 with several operators.

Envisaged maximum number of participants to the framework agreement: 100

IV.1.8) Information about 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: 29/01/2020

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 48 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 29/01/2020

Local time: 12:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The duration referenced in Section II.2.7) is for the placing of orders.

The value provided in Section II.1.5) is only an estimate. We cannot guarantee to successful suppliers any business through this framework agreement. Spend and volumes may vary throughout the life of the framework agreement from the anticipated levels given in this notice.

The framework will be for the benefit, and on behalf, of public sector bodies, details of such bodies can be accessed at: https://www.sbs.nhs.uk/proc-framework-agreements-support

In addition, if provided for in the contract documents, NHS SBS may extend the scope and benefit of the framework agreement to private sector bodies, subject to the approval of NHS SBS. Whilst NHS SBS is not required by procurement legislation to do so, it has extended the principles of public procurement rules to provide its private sector customers with the best value and open and transparent procurement procedures.

The envisaged maximum number of participants to the framework agreement, stated in IV.1.3) is an estimate and is subject to change.

VI.4) Procedures for review

VI.4.1) Review body

NHS Shared Business Services

Chandlers Point, Halyard Court, 31 Broadway

Salford

M50 2UW

UK

VI.4.2) Body responsible for mediation procedures

NHS Shared Business Services

Chandlers Point, Halyard Court, 31 Broadway

Salford

M50 2UW

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

OJEU procedures include a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to bidders. This period allows unsuccessful bidders to seek further debriefing from the contracting authority before the contract is entered into. Such information should be requested from NHSSBS. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 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.

VI.4.4) Service from which information about the review procedure may be obtained

NHS Shared Business Services

Chandlers Point, Halyard Court, 31 Broadway

Salford

M50 2UW

UK

VI.5) Date of dispatch of this notice

20/12/2019

Coding

Commodity categories

ID Title Parent category
42961100 Access control system Command and control system
90911100 Accommodation cleaning services Accommodation, building and window cleaning services
90911000 Accommodation, building and window cleaning services Cleaning services
35121700 Alarm systems Security equipment
79711000 Alarm-monitoring services Security services
90650000 Asbestos removal services Cleaning and sanitation services in urban or rural areas, and related services
45262660 Asbestos-removal work Special trade construction works other than roof works
79993000 Building and facilities management services Miscellaneous business-related services
45110000 Building demolition and wrecking work and earthmoving work Site preparation work
90911200 Building-cleaning services Accommodation, building and window cleaning services
31625000 Burglar and fire alarms Sound or visual signalling apparatus
31625300 Burglar-alarm systems Burglar and fire alarms
55500000 Canteen and catering services Hotel, restaurant and retail trade services
55512000 Canteen management services Canteen services
55510000 Canteen services Canteen and catering services
55520000 Catering services Canteen and catering services
90900000 Cleaning and sanitation services Sewage, refuse, cleaning and environmental services
39830000 Cleaning products Cleaning and polishing products
90910000 Cleaning services Cleaning and sanitation services
32234000 Closed-circuit television cameras Radio transmission apparatus with reception apparatus
42961000 Command and control system Command and control system, printing, graphics, office automation and information-processing equipment
45111100 Demolition work Demolition, site preparation and clearance work
45111000 Demolition, site preparation and clearance work Building demolition and wrecking work and earthmoving work
45111300 Dismantling works Demolition, site preparation and clearance work
79993100 Facilities management services Building and facilities management services
39525400 Fire blankets Miscellaneous manufactured textile articles
35111400 Fire escape equipment Firefighting equipment
35111300 Fire extinguishers Firefighting equipment
44482100 Fire hoses Fire-protection devices
44482200 Fire hydrants Fire-protection devices
44481100 Fire ladders Platforms ladders
35111500 Fire suppression system Firefighting equipment
31625200 Fire-alarm systems Burglar and fire alarms
31625100 Fire-detection systems Burglar and fire alarms
35111000 Firefighting equipment Firefighting, rescue and safety equipment
35111200 Firefighting materials Firefighting equipment
35110000 Firefighting, rescue and safety equipment Emergency and security equipment
44482000 Fire-protection devices Miscellaneous fire-protection equipment
90924000 Fumigation services Facility related sanitation services
77314100 Grassing services Grounds maintenance services
34144440 Gritter vehicles Special-purpose motor vehicles
77314000 Grounds maintenance services Planting and maintenance services of green areas
45111230 Ground-stabilisation work Demolition, site preparation and clearance work
79713000 Guard services Security services
45233292 Installation of safety equipment Construction, foundation and surface works for highways, roads
51700000 Installation services of fire protection equipment Installation services (except software)
45112320 Land-reclamation work Excavating and earthmoving work
71421000 Landscape gardening services Landscape architectural services
45112700 Landscaping work Excavating and earthmoving work
45112740 Landscaping work for airports Excavating and earthmoving work
45112714 Landscaping work for cemeteries Excavating and earthmoving work
45112712 Landscaping work for gardens Excavating and earthmoving work
45112721 Landscaping work for golf courses Excavating and earthmoving work
45112710 Landscaping work for green areas Excavating and earthmoving work
45112711 Landscaping work for parks Excavating and earthmoving work
45112723 Landscaping work for playgrounds Excavating and earthmoving work
45112722 Landscaping work for riding areas Excavating and earthmoving work
45112730 Landscaping work for roads and motorways Excavating and earthmoving work
45112713 Landscaping work for roof gardens Excavating and earthmoving work
45112720 Landscaping work for sports grounds and recreational areas Excavating and earthmoving work
98311000 Laundry-collection services Washing and dry-cleaning services
98311100 Laundry-management services Laundry-collection services
98311200 Laundry-operation services Laundry-collection services
50750000 Lift-maintenance services Repair and maintenance services of building installations
55521200 Meal delivery service Catering services for private households
71700000 Monitoring and control services Architectural, construction, engineering and inspection services
79715000 Patrol services Security services
90922000 Pest-control services Facility related sanitation services
35111320 Portable fire-extinguishers Firefighting equipment
98341120 Portering services Accommodation services
64100000 Post and courier services Postal and telecommunications services
90923000 Rat-disinfestation services Facility related sanitation services
35112000 Rescue and emergency equipment Firefighting, rescue and safety equipment
35113000 Safety equipment Firefighting, rescue and safety equipment
35113300 Safety installations Safety equipment
55524000 School catering services Catering services
55523100 School-meal services Catering services for other enterprises or other institutions
35125300 Security cameras Surveillance system
35121000 Security equipment Surveillance and security systems and devices
45111200 Site preparation and clearance work Demolition, site preparation and clearance work
90620000 Snow-clearing services Cleaning and sanitation services in urban or rural areas, and related services
45112340 Soil-decontamination work Excavating and earthmoving work
79714000 Surveillance services Security services
35121600 Tags Security equipment
73431000 Test and evaluation of security equipment Test and evaluation
98312000 Textile-cleaning services Washing and dry-cleaning services
98312100 Textile-impregnation services Textile-cleaning services
77211300 Tree-clearing services Services incidental to logging
77211400 Tree-cutting services Services incidental to logging
77211500 Tree-maintenance services Services incidental to logging
98310000 Washing and dry-cleaning services Miscellaneous services
45232430 Water-treatment work Ancillary works for pipelines and cables
90911300 Window-cleaning services Accommodation, building and window cleaning services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Urszula_Kolowska@nhs.net
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.