Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Hertfordshire Partnership University NHS Foundation Trust
Head Office, The Colonnades, Beaconsfield Road
Hatfield
AL10 8YE
UK
Contact person: Alexander Trollope
E-mail: alex.trollope@nhs.net
NUTS: UKH
Internet address(es)
Main address: https://www.hpft.nhs.uk/
Address of the buyer profile: https://nhs.bravosolution.co.uk/nhs_collaborative/web/login.html
I.1) Name and addresses
Hertfordshire Community NHS Trust
Unit 1a Howard Court, 14 Tewin Road
Welwyn Garden City
AL7 1BW
UK
Contact person: Alexander Trollope
E-mail: alex.trollope@nhs.net
NUTS: UKH
Internet address(es)
Main address: https://www.hct.nhs.uk/
Address of the buyer profile: https://nhs.bravosolution.co.uk/nhs_collaborative/web/login.html
I.2) Joint procurement
The contract involves joint procurement
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
HPFT, HCT — Hard Facilities Management
Reference number: T/01-20/817
II.1.2) Main CPV code
79993000
II.1.3) Type of contract
Services
II.1.4) Short description
The Hertfordshire Partnership University NHS Foundation Trust (HPFT) and Hertfordshire Community NHS Trust (HCT) (the ‘Authorities’) joined together in a collaborative procurement, to procure their hard FM services, to a mixed multi-site, multi stakeholder portfolio. The authorities have a mix of inpatient, outpatient and administration areas making up their core service.
The preferred bidder has (subject to certain Trust specific variances) been awarded two identical hard FM service contracts, one with HPFT and the other with HCT. Both contracts have a contract commencement date of 1 April 2021.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
20 000 000.00
EUR
II.2) Description
II.2.2) Additional CPV code(s)
50700000
II.2.3) Place of performance
NUTS code:
UKH
II.2.4) Description of the procurement
The hard FM service provision is made up of the following sub-services:
1) Planned maintenance to mechanical, electrical and fabric assets;
2) Reactive maintenance to mechanical, electrical and fabric assets;
3) Statutory compliance;
4) Grounds maintenance;
5) Energy and utilities management; and
6) Helpdesk/CAFM system.
The objectives of the procurement are as follows:
1) The provision of hard FM services which are supportive of, and enhance the diverse core services associated with the Authorities’ property portfolios;
2) Provision of a quality hard 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 hard FM service provider that delivers on service, and understands the explicit and implicit needs and values of the Authorities;
7) A collaborative approach to hard 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 sought a service provider that is able to deliver the above objectives within a healthcare environment, embracing and working in partnership with both Trusts and their clients, so future aspirations can be exceeded.
Furthermore, the authorities sought a service provider which appreciates that expectations and priorities of the hard FM services are unique to each type of property, and thus is expected to adopt an approach that is property specific, proactive and responsive.
The authorities procured additional facilities management services (Soft Facilities Management and Catering) under separate tender processes.
II.2.5) Award criteria
Quality criterion: Technical
/ Weighting: 60
Cost criterion: Commercial
/ Weighting: 40
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 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:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2020/S 026-060274
Section V: Award of contract
Title: HPFT, HCT — Hard Facilities Management
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
04/02/2021
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Imtech Inviron Ltd
John Stow House, 5th Floor, 18 Bevis Marks
London
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 20 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
High Court of Justice
Strand, City of Westminster
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
17/02/2021