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

FM Services Contract

  • First published: 19 May 2018
  • Last modified: 19 May 2018

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)

Contents

Summary

OCID:
Published by:
NHS Camden CCG
Authority ID:
AA38673
Publication date:
19 May 2018
Deadline date:
03 July 2018
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Routine and reactive cleaning services.

Window cleaning.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Camden and Islington NHS Foundation Trust

4 St Pancras Way

London

NW1 0PE

UK

E-mail: phil.wisson@candi.nhs.uk

NUTS: UKI31

Internet address(es)

Main address: www.candi.nhs.uk

Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA5567

I.3) Communication

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

www.wtpartnership.com


Additional information can be obtained from another address:

WT Partnership

AMP House, Dingwall Road

Croydon

CR0 2LX

UK

Contact person: Andrew Heath

E-mail: andrew.heath@wtpartnership.com

NUTS: UKI62

Internet address(es)

Main address: www.wtpartnership.com

Tenders or requests to participate must be sent electronically to:

www.wtpartnership.com


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

FM Services Contract

II.1.2) Main CPV code

79993000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This contract is being issued by Camden and Islington NHS Foundation Trust (C and I) in compliance with Public Contracts Regulations 2015.

C and I will operate a procurement process following the Open Procedure.

The contract (or contracts for different lots) will be awarded to the successful supplier or suppliers on a fixed term basis of 5 years with the option to extend for two 12 month periods, subject to provisions for earlier termination as set out in the draft contract.

The contract is for the delivery of Hard FM maintenance to mechanical, electrical and security services and building fabric and the provision of soft services including catering, cleaning, security, portering including transport, waste management, linen and laundry, pest control and utility management.

Tendering is by lots with the most advantageous combination of lots being sought.

II.1.5) Estimated total value

Value excluding VAT: 46 970 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lots will be combined in any permutation however lots 3 to 11 will be combined to go to a maximum of two suppliers. Bids for only one lot of lots 3 to 11 will not be accepted.

II.2) Description

Lot No: 1

II.2.1) Title

Hard FM

II.2.2) Additional CPV code(s)

50700000

50710000

50610000

II.2.3) Place of performance

NUTS code:

UKI31

UKI43


Main site or place of performance:

As set out in the tender documents.

II.2.4) Description of the procurement

Planned and reactive maintenance to mechanical and electrical services and to internal and external building fabric.

Services include but are not limited to; Hot and Cold water, above ground drainage, steam boilers, heating and chilled water installations, ventilation and air conditioning, LV distribution, lighting and emergency lighting, Data networks, CCTV systems, Access control, Intruder detection and alarm, fire detection and alarm, generators, BMS and UPS. All internal and external building fabric to be maintained and kept in good functional and decorative order.

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: 13 500 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

2 12 month extensions at the option of C and I.

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

Lot No: 2

II.2.1) Title

Catering

II.2.2) Additional CPV code(s)

50883000

55500000

15894220

90910000

II.2.3) Place of performance

NUTS code:

UKI31


Main site or place of performance:

As set out in tender documents.

II.2.4) Description of the procurement

— to provide meals for hospital patients and residents,

— to provide retail food and beverages to staff and visitors,

— to provide hospitality and function catering,

— to carry out maintenance of catering equipment,

— to carry out cleaning of kitchen, servery and restaurant areas.

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: 8 000 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

2 12 month extension at the option of C and I.

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

Lot No: 3

II.2.1) Title

Cleaning

II.2.2) Additional CPV code(s)

90910000

90911300

II.2.3) Place of performance

NUTS code:

UKI31

UKI43


Main site or place of performance:

As set out in tender documents.

II.2.4) Description of the procurement

Routine and reactive cleaning services.

Window cleaning.

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: 16 000 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

2 12 month extension at the option of C and I.

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

Lot No: 4

II.2.1) Title

Security

II.2.2) Additional CPV code(s)

79710000

II.2.3) Place of performance

NUTS code:

UKI31


Main site or place of performance:

As set out in tender documents.

II.2.4) Description of the procurement

To provide a full range of security services including guarding, patrols, monitoring of cctv, alarms and access control, management of key holders, and pin-point alarms, issue of access fobs and passes, car park management.

24/7 attendance required at St Pancras Hospital and Highgate Mental Health Hospital

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: 3 500 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

2 12 month extensions at the option of C and I.

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

Lot No: 5

II.2.1) Title

Waste Management

II.2.2) Additional CPV code(s)

90524100

90524200

90524400

90500000

90513000

II.2.3) Place of performance

NUTS code:

UKI31

UKI43


Main site or place of performance:

As set out in tender documents.

II.2.4) Description of the procurement

Collection and removal of all waste including, domestic, food, recyclable and clinical.

Service is to include provision of bags, sanitary bins etc.

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: 1 200 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

2 12 month extension at the option of C and I.

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

Lot No: 6

II.2.1) Title

Portering

II.2.2) Additional CPV code(s)

98341120

64122000

II.2.3) Place of performance

NUTS code:

UKI31

UKI43


Main site or place of performance:

As set out in tender documents.

II.2.4) Description of the procurement

Scope to include delivery of patient food to wards, movement of pathology items between premises, delivery of emergency linen, collection of waste to central points, movement of goods within facilities, postal and postroom services.

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: 2 900 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

2 12 month extension at the option of C and I.

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

Lot No: 7

II.2.1) Title

Pest Control

II.2.2) Additional CPV code(s)

90922000

II.2.3) Place of performance

NUTS code:

UKI31

UKI43


Main site or place of performance:

As set out in tender documents.

II.2.4) Description of the procurement

Provision of a comprehensive pest control and management service including routine control and emergency call outs.

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: 185 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

2 12 month extension at the option of C and I.

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

Lot No: 8

II.2.1) Title

Grounds and Gardens

II.2.2) Additional CPV code(s)

77314000

II.2.3) Place of performance

NUTS code:

UKI31

UKI43


Main site or place of performance:

As set out in tender documents.

II.2.4) Description of the procurement

Grounds maintenance service to provide safe and tidy environment and enhance brand image to include planned and reactive services for horticulture (including trees, shrubs, hedges, lawns and flower beds)and maintenance of external structures.

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: 510 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

2 12 month extension at the option of C and I.

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

Lot No: 9

II.2.1) Title

Laundry and Linen

II.2.2) Additional CPV code(s)

39518000

98311200

98310000

II.2.3) Place of performance

NUTS code:

UKI31

UKI43


Main site or place of performance:

As set out in tender documents.

II.2.4) Description of the procurement

Provision of clean and replacement linen including collection and delivery of hospital linen to include bed linen, nightwear and curtains.

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: 990 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

2 12 month extension at the option of C and I.

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

Lot No: 10

II.2.1) Title

Utilities

II.2.2) Additional CPV code(s)

71314200

II.2.3) Place of performance

NUTS code:

UKI31

UKI43


Main site or place of performance:

As tender documents.

II.2.4) Description of the procurement

To provide utility management service including up to date reports of usage, budgeting, a proactive approach to energy saving, providing information for cross charging, assistance with procurement and billing.

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: 185 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

2 12 month extension at the option of C and I.

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 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

III.2.2) Contract performance conditions

As set out in tender documents.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

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

Date: 03/07/2018

Local time: 12:00

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: 03/07/2018

Local time: 12:00

Place:

WT Partnership, AMP House, Dingwall Road, Croydon, CR0 2LX.

Information about authorised persons and opening procedure:

WT Partnership on behalf of Camden and Islington NHS Foundation Trust.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

In the event that there is a substantive challenge to the procurement, and such a challenge is confined to a single lot, C&I reserves the right (to the extent that it is lawful to do so) to conclude a contract or contracts with the successful bidder or bidders in respect of the lot(s) that have not been challenged.

The Trust currently has a property portfolio of around 57 000 m2, located across some 30 sites in the London Boroughs of Camden and Islington. The Trust’s property portfolio is predominantly freehold, representing 50 % of the sites and 80 % of the accommodation. St Pancras Hospital represents 43 % of the Trust’s entire portfolio.

In its Estates Strategy, the Trust has adopted the following long term objectives:

a. To commence the redevelopment of St Pancras Hospital as the centre piece of the Trust’s operations and service provision. This represents a fundamental once in a corporate lifetime opportunity for the Trust to best achieve its strategic objectives;

b. Continued consolidation of the Community Estate in order to provide local services more efficiently from a smaller number of more efficient buildings; and

c. To align estates requirements to the Trust’s Clinical Strategy.

Additional information can be found here:

https://www.candi.nhs.uk/about-us/plans-redevelop-our-facilities/three-redevelopment-options

The Trust’s plans in this respect are currently out Outline Business Case stage and awaiting approval. Subsequently, a Full Business Case will need to be prepared and approved and of course subject to planning and other appropriate consents.

These proposals are likely to have an effect on the amount of accommodation and or range of services required under the FM contract as the redevelopment of St Pancras Hospital and broader implementation of estates strategy takes place. This is likely to occur, or at least commence within the time frame of this contract. To the extent that it does, then the scope of the contract and/or the nature and/or extent of the estate to which the contract relates may be subject to modification. In such circumstances, the expected value of the contract may also change in order to reflect or to take into account any such matters. Because the Trust’s plans are still in development and subject to approvals there remains uncertainty over the timing of these events. At the current time, it is anticipated that staged vacation of St Pancras Hospital could commence in Q2 2022. This remains subject to on-going consultation with regulators, successful appointment of a development partner and prior enabling works and accommodation changes to facilitate decant and relocation of services.

Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=211700.

(MT Ref:211700).

VI.4) Procedures for review

VI.4.1) Review body

WT Partnership

AMP House, Dingwall Road

Croydon

CR0 2LX

UK

Telephone: +44 2086860431

Internet address(es)

URL: www.wtpartnership.com

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

C and I will incorporate a minimum 10-calendar-day standstill period at the point information on the award of contract is communicated in accordance with Regulation 87 of the Public Contracts Regulations 2015. Any tenderer wishing to appeal the decision to award the contract, or after the award of the contract, shall have the rights set out in Part 3 of the Public Contract Regulations 2015.

VI.5) Date of dispatch of this notice

15/05/2018

Coding

Commodity categories

ID Title Parent category
79993000 Building and facilities management services Miscellaneous business-related services
55500000 Canteen and catering services Hotel, restaurant and retail trade services
90910000 Cleaning services Cleaning and sanitation services
90524100 Clinical-waste collection services Medical waste services
90524200 Clinical-waste disposal services Medical waste services
90524400 Collection, transport and disposal of hospital waste Medical waste services
71314200 Energy-management services Energy and related services
77314000 Grounds maintenance services Planting and maintenance services of green areas
39518000 Hospital linen Textile household articles
15894220 Hospital meals Processed food products
64122000 Internal office mail and messenger services Courier services
98311200 Laundry-operation services Laundry-collection services
90513000 Non-hazardous refuse and waste treatment and disposal services Refuse disposal and treatment
90922000 Pest-control services Facility related sanitation services
98341120 Portering services Accommodation services
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
50700000 Repair and maintenance services of building installations Repair and maintenance services
50883000 Repair and maintenance services of catering equipment Repair and maintenance services of hotel and restaurant equipment
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
50610000 Repair and maintenance services of security equipment Repair and maintenance services of security and defence materials
79710000 Security services Investigation and security services
98310000 Washing and dry-cleaning services Miscellaneous services
90911300 Window-cleaning services Accommodation, building and window cleaning services

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:
phil.wisson@candi.nhs.uk
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.