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

KMPT & KCHFT - Hard Facilities Management Services

  • First published: 03 December 2022
  • Last modified: 03 December 2022
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-03455d
Published by:
Kent and Medway NHS and Social Care Partnership Trust
Authority ID:
AA24322
Publication date:
03 December 2022
Deadline date:
13 January 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Kent and Medway NHS and Social Care Partnership Trust (“KMPT”) and Kent Community Health NHS Foundation Trust (“KCHFT”) are running a joint procurement exercise for the provision maintenance and repairs services, consisting of all planned preventative maintenance, engineering services consisting of mechanical, electrical, plumbing and heating and ventilation services, building fabric services, planned preventative remedial, reactive repairs and minor works and project works.<br/><br/>The Commencement Date for the Contract is 1st July 2023, this will be the implementation phase of the contract with the commencement of the delivery of services on 1st October 2023 at 00:00 hours. The Contract will be awarded for an initial period of 5 (five) years and 3 months until 30th September 2028 with an option to extend for a further period/s of up to a maximum of 5 (five) years subject to performance and the absolute discretion of the Trust. <br/><br/>KMPT is acting as the lead authority and is procuring this contract following the Restricted Procedure under the UK Public Contract Regulations 2015 and the Trust’s Standing Financial Instructions. Once the tender process has concluded the preferred bidder will be expected to enter into two separate contracts, one for each Trust. <br/><br/>The Trusts are seeking to contract with an organisation that will manage the Services to the highest levels of satisfaction, professional standards and cost effectiveness. The Trusts are seeking a contractor who is able to work collaboratively to deliver innovative, sustainable and efficient service solutions and to proactively look for improvements whilst reducing costs over the life of the contract.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Kent and Medway NHS and Social Care Partnership Trust

Unit D, New Hythe Business Park, Magnitude House, New Hythe Lane

Aylesford

ME20 6WT

UK

E-mail: kmpt.procurement@nhs.net

NUTS: UKJ44

Internet address(es)

Main address: https://www.kmpt.nhs.uk

Address of the buyer profile: https://www.kmpt.nhs.uk

I.1) Name and addresses

Kent Community Health NHS Foundation Trust

Trinity House, 10/120 Upper Pemberton, Eureka Park, Kennington

Ashford

TN25 4AZ

UK

E-mail: kentchft.procurement@nhs.net

NUTS: UKJ45

Internet address(es)

Main address: https://www.kentcht.nhs.uk/

Address of the buyer profile: https://www.kentcht.nhs.uk/

I.2) Joint procurement

The contract involves joint procurement

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://health-family.force.com/s/Welcome


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://health-family.force.com/s/Welcome


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:

https://health-family.force.com/s/Welcome


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

KMPT & KCHFT - Hard Facilities Management Services

II.1.2) Main CPV code

50700000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Kent and Medway NHS and Social Care Partnership Trust (KMPT) and Kent Community Health NHS Foundation Trust (KCHFT) are running a joint procurement exercise for a hard facilities management services contract, consisting of planned preventative maintenance, reactive repairs, minor works and project works. The total contract value for both Trusts combined is estimated to be approximately £5 million p.a.; however, this is an estimation only, and the actual value will be subject to demand.

II.1.5) Estimated total value

Value excluding VAT: 51 250 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

50000000

72253000

79993000

45320000

71300000

45340000

45300000

45310000

45331000

45330000

50500000

45351000

45200000

50710000

50720000

45000000

45300000

45400000

II.2.3) Place of performance

NUTS code:

UKJ4

II.2.4) Description of the procurement

Kent and Medway NHS and Social Care Partnership Trust (“KMPT”) and Kent Community Health NHS Foundation Trust (“KCHFT”) are running a joint procurement exercise for the provision maintenance and repairs services, consisting of all planned preventative maintenance, engineering services consisting of mechanical, electrical, plumbing and heating and ventilation services, building fabric services, planned preventative remedial, reactive repairs and minor works and project works.<br/><br/>The Commencement Date for the Contract is 1st July 2023, this will be the implementation phase of the contract with the commencement of the delivery of services on 1st October 2023 at 00:00 hours. The Contract will be awarded for an initial period of 5 (five) years and 3 months until 30th September 2028 with an option to extend for a further period/s of up to a maximum of 5 (five) years subject to performance and the absolute discretion of the Trust. <br/><br/>KMPT is acting as the lead authority and is procuring this contract following the Restricted Procedure under the UK Public Contract Regulations 2015 and the Trust’s Standing Financial Instructions. Once the tender process has concluded the preferred bidder will be expected to enter into two separate contracts, one for each Trust. <br/><br/>The Trusts are seeking to contract with an organisation that will manage the Services to the highest levels of satisfaction, professional standards and cost effectiveness. The Trusts are seeking a contractor who is able to work collaboratively to deliver innovative, sustainable and efficient service solutions and to proactively look for improvements whilst reducing costs over the life of the contract.

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: 51 250 000.00  GBP

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

Start: 01/07/2023

End: 30/09/2033

This contract is subject to renewal: Yes

Description of renewals:

The Contract will be awarded for an initial period of 5 (five) years and 3 months until 30th September 2028 with an option to extend for a further period/s of up to a maximum of 5 (five) years subject to performance and the absolute discretion of the Trust.

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Selection criteria as stated within the procurement documents.

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

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

Restricted procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2022/S 000-016056

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 13/01/2023

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 13/02/2023

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: 4 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The value provided in Section II.1.5) represents the combined estimate of the total value of the contract opportunity for both Trusts over the entire contract period including any possible extensions (10 years in total). <br/><br/>The Selection Questionnaire document contains the mandatory selection criteria which must be met by the potential candidates. <br/><br/>All completed Selection Questionnaire and subsequent tenders must be submitted through the Health Family Single eCommercial System, details of which can be found at https://health-family.force.com/s/Welcome. <br/><br/>The Trust expressly reserves the right: <br/><br/>i. not to award any contract as a result of the procurement process commenced by publication of this notice; <br/>ii. to make whatever changes it may see fit to the content and structure of the requirements during the tender phase ; <br/><br/>and in no circumstances will be liable for any costs incurred by the candidates. <br/><br/>Further information about the contract opportunity can be found in the selection questionnaire tender pack which will be made available via the portal to bidders registering their interest in this procurement.

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A 2LL

UK

E-mail: royalcourtsofjustice.jc@gov.uk

Internet address(es)

URL: https://www.gov.uk/

VI.5) Date of dispatch of this notice

02/12/2022

Coding

Commodity categories

ID Title Parent category
79993000 Building and facilities management services Miscellaneous business-related services
45400000 Building completion work Construction work
45300000 Building installation work Construction work
45000000 Construction work Construction and Real Estate
45310000 Electrical installation work Building installation work
71300000 Engineering services Architectural, construction, engineering and inspection services
45340000 Fencing, railing and safety equipment installation work Building installation work
45331000 Heating, ventilation and air-conditioning installation work Plumbing and sanitary works
72253000 Helpdesk and support services System and support services
45320000 Insulation work Building installation work
45351000 Mechanical engineering installation works Mechanical installations
45330000 Plumbing and sanitary works Building installation work
50000000 Repair and maintenance services Other Services
50500000 Repair and maintenance services for pumps, valves, taps and metal containers and machinery Repair and maintenance services
50700000 Repair and maintenance services of building installations Repair and maintenance services
50720000 Repair and maintenance services of central heating Repair and maintenance services of building installations
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
45200000 Works for complete or part construction and civil engineering work Construction work

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:
kmpt.procurement@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.