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

Provision of Estates Maintenance and Engineering Services (Hard Facilities Management)

  • First published: 18 November 2019
  • Last modified: 18 November 2019

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:
North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds
Authority ID:
AA77083
Publication date:
18 November 2019
Deadline date:
20 December 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Lot 1: air-conditioning, air handling units and refrigeration. The below-listed authorities (plus those entities listed at Section II.2.11) and Section VI.3)) are eligible to access the resulting framework — subject to NOE CPC approval. Barnsley Facilities Services Ltd (Barnsley Hospital NHS Foundation Trust), Bradford Teaching Hospitals NHS Foundation Trust, Calderdale and Huddersfield Solutions Ltd (Calderdale and Huddersfield NHS Foundation Trust), Derbyshire Community Health Services NHS Foundation Trust, Derbyshire Support and Facilities Services Ltd (Chesterfield Royal Hospital NHS Foundation Trust), Doncaster and Bassetlaw Teaching Hospitals NHS Foundation Trust, Harrogate Healthcare Facilities Management Ltd (Harrogate and District NHS Foundation Trust), Humber Teaching NHS Foundation Trust, Isle of Man Department of Health and Social Care James Paget University Hospitals NHS Foundation Trust, Leeds and York Partnership NHS Foundation Trust, Leeds Community Healthcare NHS Trust, Leeds Teaching Hospitals NHS Trust, Leicestershire Partnership NHS Trust, Lincolnshire Community Health Services NHS Trust, Lincolnshire Partnership NHS Foundation Trust, Locala Community Partnerships Mid Yorkshire Hospitals NHS Trust, Northern Lincolnshire and Goole NHS Foundation Trust, Sheffield Children's NHS Foundation Trust, Sheffield Health and Social Care NHS Foundation Trust, Sheffield Teaching Hospitals NHS Foundation Trust, Sherwood Forest Hospitals NHS Foundation Trust, Stockport NHS Foundation Trust, Synchronicity Care Ltd (County Durham And Darlington NHS Foundation Trust), The Newcastle upon Tyne Hospitals NHS Foundation Trust, The Queen Elizabeth Hospital Kings Lynn NHS Foundation Trust, The Rotherham NHS Foundation Trust, United Lincolnshire Hospitals NHS Trust, University Hospitals Birmingham NHS Foundation Trust, University Hospitals of Derby and Burton NHS Foundation Trust, University Hospitals of Leicester NHS Trust, York Teaching Hospital NHS Foundation Trust, Yorkshire Ambulance Service NHS Trust, NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11) for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds and York Partnership NHS Foundation Trust.)

Savile Street East

Sheffield

S4 7UQ

UK

E-mail: procurement@noecpc.nhs.uk

NUTS: UK

Internet address(es)

Main address: https://in-tendhost.co.uk/noecpc

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

https://in-tendhost.co.uk/noecpc/aspx/Home


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


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

Provision of Estates Maintenance and Engineering Services (Hard Facilities Management)

Reference number: CPC 03182

II.1.2) Main CPV code

79993100

 

II.1.3) Type of contract

Services

II.1.4) Short description

The purpose of this procurement is to establish a framework for the provision of Engineering (hard fm) Services. The framework will provide a 1-stop shop for organisations to fulfil their Engineering (hard fm) Services requirements, with suppliers selected for their experience and ability to provide customers with a comprehensive range of services and works that combine quality, value and compliance. The framework will include the services listed in the table under individual lots. Lot 15 is a managed service, which includes items under Lots 1 to 14 and may include additional similar services which will be specified as part of the call-off.

II.1.5) Estimated total value

Value excluding VAT: 430 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Air Conditioning, Air Handling Units and Refrigeration.

II.2.2) Additional CPV code(s)

45331230

45331231

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 1: air-conditioning, air handling units and refrigeration. The below-listed authorities (plus those entities listed at Section II.2.11) and Section VI.3)) are eligible to access the resulting framework — subject to NOE CPC approval. Barnsley Facilities Services Ltd (Barnsley Hospital NHS Foundation Trust), Bradford Teaching Hospitals NHS Foundation Trust, Calderdale and Huddersfield Solutions Ltd (Calderdale and Huddersfield NHS Foundation Trust), Derbyshire Community Health Services NHS Foundation Trust, Derbyshire Support and Facilities Services Ltd (Chesterfield Royal Hospital NHS Foundation Trust), Doncaster and Bassetlaw Teaching Hospitals NHS Foundation Trust, Harrogate Healthcare Facilities Management Ltd (Harrogate and District NHS Foundation Trust), Humber Teaching NHS Foundation Trust, Isle of Man Department of Health and Social Care James Paget University Hospitals NHS Foundation Trust, Leeds and York Partnership NHS Foundation Trust, Leeds Community Healthcare NHS Trust, Leeds Teaching Hospitals NHS Trust, Leicestershire Partnership NHS Trust, Lincolnshire Community Health Services NHS Trust, Lincolnshire Partnership NHS Foundation Trust, Locala Community Partnerships Mid Yorkshire Hospitals NHS Trust, Northern Lincolnshire and Goole NHS Foundation Trust, Sheffield Children's NHS Foundation Trust, Sheffield Health and Social Care NHS Foundation Trust, Sheffield Teaching Hospitals NHS Foundation Trust, Sherwood Forest Hospitals NHS Foundation Trust, Stockport NHS Foundation Trust, Synchronicity Care Ltd (County Durham And Darlington NHS Foundation Trust), The Newcastle upon Tyne Hospitals NHS Foundation Trust, The Queen Elizabeth Hospital Kings Lynn NHS Foundation Trust, The Rotherham NHS Foundation Trust, United Lincolnshire Hospitals NHS Trust, University Hospitals Birmingham NHS Foundation Trust, University Hospitals of Derby and Burton NHS Foundation Trust, University Hospitals of Leicester NHS Trust, York Teaching Hospital NHS Foundation Trust, Yorkshire Ambulance Service NHS Trust, NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11) for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 20 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

2 x 12-month periods.

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: Yes

Description of options:

Listings of entities eligible to utilise any resulting agreement(s), subject to the approval of NOE CPC include any other NHS/Public Sector bodies located in England, Wales, Scotland, Northern Ireland, including any of the Crown dependencies and NHS Collaborative Procurement Organisations: the NHS in England (National Health Service for the United Kingdom) including but not limited to Foundation Trusts, Acute (Hospital) Trusts, Ambulance Trusts, Mental Health Trusts, Care Trusts listed at: https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx Clinical Commissioning Groups: https://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx Area Teams: https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx Special Health Authorities: http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx NHS Improvement: https://improvement.nhs.uk/ Department of Health: https://www.gov.uk/government/organisations/department-of-health Arm’s Length Bodies: https://www.gov.uk/government/publications/how-to-contact-department-of-health-arms-length-bodies/department-of-healths-agencies-and-partner-organisations sustainability and transformation partnerships (STPs) and their individual constituent organisations: https://www.england.nhs.uk/stps/view-stps/ NHS England: https://www.england.nhs.uk/ and other organisations involved in commissioning primary care services via Clinical Commissioning Groups supported by Commissioning Support Units which are responsible for commissioning most aspects of NHS care (or equivalent body established pursuant to legislation enacted as a result of, or in connection with, the white paper, equity and excellence: liberating the NHS published July 2010. CCG: https://www.england.nhs.uk/resources/ccg-directory/ CSU: https://www.england.nhs.uk/commissioning/comm-supp/csu/ The Clinical Commissioning Board, Area Teams: https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx and other organisations involved in commissioning and/or overseeing General Practitioner services, GP consortia, GP Practices and any other provider of primary medical services:

(a) who are a party to any of the following contracts:

— General Medical Services (GMS),

— Personal Medical Services (PMS),

— Alternative Provider Medical Services (APMS). And/or

(b) commissioned by NHS England or other organisations involved in commissioning or overseeing general practitioner services, as described above. The NHS in Wales, Scotland and Northern Ireland including but not limited to primary care services — GPs, pharmacies, dentists and optometrists, hospital services and community services, including those provided through community health centres and mental health services at: NHS Wales (National Health Service for Wales): including but not limited to Welsh Health Boards, NHS Trusts and Public Health Wales: http://www.wales.nhs.uk/nhswalesaboutus/structure NHS Scotland (National Health Service for Scotland) including but not limited to Regional NHS Boards, Special NHS Boards and public health body at: http://www.scot.nhs.uk/organisations/ Health and Social Care Services in Northern Ireland: (National Health Service for Northern Ireland) including but not limited to Health Trusts, Social Care Board and other HSC Agencies: http://online.hscni.net/ Social Enterprise UK: https://www.socialenterprise.org.uk Local Authority Councils in England, Scotland and Wales: county, unitary, district, borough and metropolitan councils (parish/community councils) Local Councils in England, Scotland and Wales: https://www.gov.uk/find-local-council Local Authority Councils in Northern Ireland: https://www.nidirect.gov.uk/contacts/local-councils-in-northern-ireland Continued at Section VI.3) Additional Information.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

This procurement exercise will be conducted on the In-tend eTendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

Lot No: 2

II.2.1) Title

Asbestos Removal

II.2.2) Additional CPV code(s)

90650000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 2 - Asbestos Removal The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 10 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

2 x 12 month periods.

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: Yes

Description of options:

Please refer to Lot 1 II.2.11) Information about options. Continued at Section VI.3 Additional Information.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

Lot No: 3

II.2.1) Title

Automatic Doors, Barriers and Roller Shutters

II.2.2) Additional CPV code(s)

44115310

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 3 - Automatic Doors, Barriers and Roller Shutters The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 1 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

2 x 12 month periods.

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: Yes

Description of options:

Please refer to Lot 1 II.2.11) Information about options.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

Lot No: 4

II.2.1) Title

Electrical Works

II.2.2) Additional CPV code(s)

45310000

45311100

45317000

45311200

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 4 - Electrical Works The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 40 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

2 x 12 month periods.

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: Yes

Description of options:

Please refer to Lot 1 II.2.11) Information about options.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

Lot No: 5

II.2.1) Title

Fire Alarm, Emergency Lighting and Fire Fighting Equipment

II.2.2) Additional CPV code(s)

31625000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 5 - Fire Alarm, Emergency Lighting and Fire Fighting Equipment The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 30 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

2 x 12 month periods.

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: Yes

Description of options:

Please refer to Lot 1 II.2.11) Information about options.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

Lot No: 6

II.2.1) Title

Fire Doors

II.2.2) Additional CPV code(s)

44221220

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 6 - Fire Doors The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 1 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

2 x 12 month periods.

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: Yes

Description of options:

Please refer to Lot 1 II.2.11) Information about options.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

Lot No: 7

II.2.1) Title

Fire Risk Assessments and Associated Works

II.2.2) Additional CPV code(s)

71313410

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 7 - Fire Risk Assessments and Associated Works The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 1 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

2 x 12 month periods.

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: Yes

Description of options:

Please refer to Lot 1 II.2.11) Information about options.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

Lot No: 8

II.2.1) Title

Heating and Plumbing Systems

II.2.2) Additional CPV code(s)

45232141

45332200

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 8 - Heating and Plumbing Systems The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 50 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

2 x 12 month periods.

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: Yes

Description of options:

Please refer to Lot 1 II.2.11) Information about options.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

Lot No: 9

II.2.1) Title

Lifts, Hoists and Escalators

II.2.2) Additional CPV code(s)

42416300

42416400

42416100

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 9 - Lifts, Hoists and Escalators The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 40 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

2 x 12 month periods.

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: Yes

Description of options:

Please refer to Lot 1 II.2.11) Information about options.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

Lot No: 10

II.2.1) Title

Lightning and Fall Protection Systems

II.2.2) Additional CPV code(s)

45312310

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 10 - Lightning and Fall Protection Systems The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 1 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

2 x 12 month periods.

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: Yes

Description of options:

Please refer to Lot 1 II.2.11) Information about options.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

Lot No: 11

II.2.1) Title

Medical Gas Systems

II.2.2) Additional CPV code(s)

76000000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 11 - Medical Gas Systems The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 2 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

2 x 12 month periods.

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: Yes

Description of options:

Please refer to Lot 1 II.2.11) Information about options.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

Lot No: 12

II.2.1) Title

Security Systems

II.2.2) Additional CPV code(s)

35120000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 12 - Security Systems The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 20 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

2 x 12 month periods.

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: Yes

Description of options:

Please refer to Lot 1 II.2.11) Information about options.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

Lot No: 13

II.2.1) Title

Standby Power Systems

II.2.2) Additional CPV code(s)

31682510

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 13 - Standby Power Systems The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 9 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

2 x 12 month periods.

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: Yes

Description of options:

Please refer to Lot 1 II.2.11) Information about options.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

Lot No: 14

II.2.1) Title

Water System Maintenance and Risk Management

II.2.2) Additional CPV code(s)

45332200

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 14 - Water System Maintenance and Risk Management The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 5 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

2 x 12 month periods.

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: Yes

Description of options:

Please refer to Lot 1 II.2.11) Information about options.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

Lot No: 15

II.2.1) Title

Managed Services

II.2.2) Additional CPV code(s)

71300000

79993100

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 15 - Managed Services The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 200 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

2 x 12 month periods.

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: Yes

Description of options:

Please refer to Lot 1 II.2.11) Information about options.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

See SQ/ITT.

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

See SQ/ITT.

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.

Envisaged maximum number of participants to the framework agreement: 180

Justification for any framework agreement duration exceeding 4 years: N/A

IV.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction:

Participating authorities reserve the right to undertake electronic auctions in the awarding of call-offs under this framework agreement.

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: 20/12/2019

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 20/12/2019

Local time: 12:00

Place:

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Isle of Man (IoM) Government and associated IoM based public bodies, including all IoM Government Departments and Cabinet Office, including but not limited to: Department of Health and Social Care: https://www.gov.im/about-the-government/departments/health-and-social-care/ The States of Jersey Government and administration including all Government Departments including but not limited to: Health and Social Services: https://www.gov.je/Government/Departments/HealthSocialServices/Pages/index.aspx The States of Guernsey (Parliament and government) including but not limited to the Committee for Health and Social Care: https://www.gov.gg/article/152954/Health-and-Social-Services-Department Educational Establishments in England including schools and colleges: https://get-information-schools.service.gov.uk/ Schools in Wales: http://gov.wales/statistics-and-research/address-list-of-schools/?lang=en Further Education and 6th Form Colleges in the UK: http://findfe.com/ Higher Education Recognised or listed bodies in the UK offering degree-level courses: https://www.gov.uk/check-a-university-is-officially-recognised Schools in Scotland including primary, secondary and special schools: https://education.gov.scot/parentzone/ Educational Establishments in Scotland: http://www.gov.scot/Topics/Statistics/ScotXed/SchoolEducation/SchoolEstablishments Schools and Educational Establishments in Northern Ireland: https://www.education-ni.gov.uk/services/schools-plus Higher Education Universities and Colleges in Northern Ireland: https://www.nidirect.gov.uk/articles/universities-and-colleges-northern-ireland UK Police Forces in England, Northern Ireland, Scotland and Wales including National Special Police Forces. https://www.police.uk/forces/ England Fire and Rescue Services http://www.fire.org.uk/fire-brigades.html Scottish Fire and Rescue Services http://www.firescotland.gov.uk/your-area.aspx Welsh Fire and Rescue Services http://gov.wales/topics/people-and-communities/communities/safety/fire/localservices/?lang=en Northern Ireland Fire and Rescue Service https://www.nifrs.org/areas-districts/ UK Maritime and Coastguard Agency https://www.gov.uk/government/organisations/maritime-and-coastguard-agency/about/access-and-opening Registered charities in England and Wales: https://www.gov.uk/find-charity-information Registered charities in Scotland: https://www.oscr.org.uk/charities Registered charities in Northern Ireland: http://www.charitycommissionni.org.uk/charity-search/ Ministry of Defence (MOD): https://www.gov.uk/government/organisations/ministry-of-defence Registered social landlords, government-funded, not-for-profit organisations that provide affordable housing, including housing associations, trusts and cooperatives. England: https://www.gov.uk/government/publications/current-registered-providers-of-social-housing Scotland: http://directory.scottishhousingregulator.gov.uk/pages/default.aspx Wales: http://gov.wales/topics/housing-and-regeneration/publications/registered-social-landlords-in-wales/?lang=en Northern Ireland: https://www.nidirect.gov.uk/contacts/housing-associations Bidders should note that the NOECPC retain absolute discretion as to whether to accept any offer following evaluation. The NOE CPC is not bound in any way to accept any and reserves the right to make no further contract award under this procurement process. The NOE CPC shall not be held liable for any liability or cost or expense incurred by any bidder in relation to this project whatsoever, including, without limitations, in relation to the preparation of their tender and any subsequent clarification or any legal or other expenses.

VI.4) Procedures for review

VI.4.1) Review body

North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds and York Partnership NHS Foundation Trust.)

Sheffield

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

NOE CPC will incorporate a minimum 10 calendar standstill period at the point information on the award of contract is communicated to tenderers, in accordance with Regulation 87 of the Public Contract Regulations 2015. Any tenderer wishing to appeal the decision to award the contract, or after the award of the contract appeal 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

14/11/2019

Coding

Commodity categories

ID Title Parent category
90650000 Asbestos removal services Cleaning and sanitation services in urban or rural areas, and related services
31625000 Burglar and fire alarms Sound or visual signalling apparatus
45311200 Electrical fitting work Electrical wiring and fitting work
45310000 Electrical installation work Building installation work
45311100 Electrical wiring work Electrical wiring and fitting work
31682510 Emergency power systems Electricity supplies
71300000 Engineering services Architectural, construction, engineering and inspection services
42416400 Escalators Lifts, skip hoists, hoists, escalators and moving walkways
79993100 Facilities management services Building and facilities management services
44221220 Fire doors Windows, doors and related items
45232141 Heating works Ancillary works for pipelines and cables
42416300 Hoists Lifts, skip hoists, hoists, escalators and moving walkways
45331230 Installation work of cooling equipment Heating, ventilation and air-conditioning installation work
45331231 Installation work of refrigeration equipment Heating, ventilation and air-conditioning installation work
42416100 Lifts Lifts, skip hoists, hoists, escalators and moving walkways
45312310 Lightning-protection works Alarm system and antenna installation work
45317000 Other electrical installation work Electrical installation work
71313410 Risk or hazard assessment for construction Environmental engineering consultancy services
44115310 Roller-type shutters Building fittings
76000000 Services related to the oil and gas industry Energy and Related Services
35120000 Surveillance and security systems and devices Emergency and security equipment
45332200 Water plumbing work Plumbing and drain-laying work

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:
procurement@noecpc.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.