Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS London Procurement Partnership (Hosted by Guy's and St Thomas' NHS FT)
200 Great Dover Street
London
SE1 4YB
UK
Contact person: Remmy Kamya
Telephone: +75 90069360
E-mail: Remmy.Kamya@lpp.nhs.uk
NUTS: UKI44
Internet address(es)
Main address: https://www.lpp.nhs.uk/
Address of the buyer profile: https://www.lpp.nhs.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
http://health.atamis.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
http://health.atamis.co.uk
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:
http://health.atamis.co.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Total FM 2022 Framework
Reference number: LPP/2021/005
II.1.2) Main CPV code
79993000
II.1.3) Type of contract
Services
II.1.4) Short description
NHS London Procurement Partnership is establishing a Framework to provide a compliant procurement route for Total Facilities Management Services to the NHS and other public sector organisations. This will cover both fully managed hard and soft FM services along with an option for Total FM (hard and soft FM together). In addition Contracting Authorities can procure standalone cleaning, catering and security services singly or together if they do not wish to pursue the fully managed option or maintain a blend of in-house and out-sourced FM services. The Framework will cover all regions in England - see documentation for details.
II.1.5) Estimated total value
Value excluding VAT:
5 800 000 000.00
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
98341120
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Framework
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:
5 800 000 000.00
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
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.
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:
02/03/2022
Local time: 11:00
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: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
02/03/2022
Local time: 11:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
This framework is open to NHS Trusts, (including PFI healthcare buildings and facilities), NHS Collaborative Procurement Organisations, Clinical Commissioning Groups, NHS Improvement / England, NHS Property Services Ltd, Community Health Partnerships and/or organisations created as a result of structural re-organisation or organisational changes (including the evolution of Sustainability Transformation Partnerships (STPs), Integrated Care Systems (ICS) and Wholly Owned Subsidiary Companies). Also the wider public sector including central, local government, educational establishments and registered charities including housing providers throughout England
VI.4) Procedures for review
VI.4.1) Review body
The High Court
Strand
London
WC2A 2LL
UK
E-mail: generaloffice@administrativecourtoffice.justice.gov.uk
Internet address(es)
URL: https://www.gov.uk/courts-tribunals
VI.5) Date of dispatch of this notice
01/02/2022