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