II.2.3) Place of performance
NUTS code:
UKH23
II.2.4) Description of the procurement
The soft FM service provision will be made up of the following sub-services:
1) Cleaning service;
2) Linen and laundry service;
3) Portering (including security);
4) Pest control; and
5) Helpdesk/CAFM system.
The objectives of this procurement are as follows:
1) The provision of soft FM services which are supportive of, and enhance the diverse core services associated with the authorities property portfolios;
2) Provision of a quality soft FM service which represents value for money without compromising on quality and service delivery;
3) A transparent service provision in terms of both task delivery and cost;
4) The provision of continuity of service, processes, systems and procedures across all properties;
5) A consistent service delivery across the authorities diverse property portfolios;
6) A partnership approach with a soft FM service provider that delivers on service, and understands the explicit and implicit needs and values of the authorities;
7) A collaborative approach to soft FM service delivery which interfaces with the authorities other FM service providers;
8) A service provider and supply chain members that can effectively manage multi-site stakeholder expectations; and
9) The provision of a flexible service delivery model, that considers the potential change in property footprint scheduled throughout the duration of the contracts.
The authorities are looking for a service provider who can deliver the above objectives within a healthcare environment, and who will embrace and work in partnership with both Trusts and their clients, so future aspirations can be exceeded.
Furthermore, the authorities require a service provider who appreciates that expectations and priorities of the soft FM services are unique to each type of property, and thus are expected to adopt an approach that is property specific, proactive and responsive.
The authorities are procuring additional facilities management services (hard facilities management and catering) under separate tender processes.
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:
42 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/11/2020
End:
31/10/2025
This contract is subject to renewal: Yes
Description of renewals:
The authorities shall be entitled to extend the contract(s) on the expiry of the initial term in 2 further consecutive 12 month increments by giving the contractor written notice of each such extension no less than 3 months prior to the date on which the initial term, or the then current extended term, would have expired.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
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