loading
  • GB-NW3 2QG London
  • 21.08.2017
  • Ausschreibung
  • (ID 2-273092)

Strategic Hard Facilities Asset Management Framework.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 21.08.2017, 10:00 Bewerbungsschluss
    Verfahren Wettbewerblicher Dialog
    Gebäudetyp Gesundheitswesen
    Art der Leistung Bauleistung / Bauleitung, Objektüberwachung / Objektplanung Verkehrsanlagen / Umweltverträglichkeitsstudie / Energieplanung/ -beratung / Projektsteuerung / Technische Ausrüstung / Studien, Gutachten / Sicherheits-/ Gesundheitsschutz / Kostenmanagement / Stadt-/ Gebietsplanung / Dokumentation / allgemeine Beratungsleistungen / Objektplanung Gebäude
    Sprache Englisch
    Aufgabe
    The Royal Free London NHS Foundation Trust wishes to create a single supplier framework for the provision of Strategic Hard Facilities and Asset Management services as tool for The Trust to provide strategic advice and services to itself, Group members and any other public sector organisations that may be an associate of the Royal Free London NHS Foundation Trust. The initial call off, will be for the delivery of services to the new healthcare building at Chase Farm which is being constructed under a P21+ construction contract and is due for completion and handover in June 2018. As part of this framework, the Trust wishes to include a number of related non-exclusive incremental services, which may be called off at some point during the life of the framework and also to provide similar call-off contract opportunities to other authorities identified on this Contract Notice in respect of their Hard FM, Asset Management and incremental services needs as defined by the Trust.
    Leistungsumfang
    The Royal Free London is one of 4 trusts in England that have been given special status and authority to form a group model for service delivery. Currently the trust's turnover is 1 000 000 000 GBP pa and should be at 5 000 000 000 GBP in 3 — 5 years time. The Chase Farm site is one of the trust's existing sites under this group model and whilst the details of which other trusts or sites will become part of this group model is currently being developed, the trust needs to ensure that it is prepared, and has capability and capacity to grow its contractual relationships with its supplier base as needed. The new healthcare building at Chase Farm is being constructed under a P21+ construction contract. The building is due for completion and handover in June 2018. The building is designed to provide an HTM & HBN compliant healthcare environment for staff and patients and is being delivered with a 2-year warranty on equipment and systems installed on site. Instead of tendering for a new service provider in the simplest form i.e. to deliver standard Hard FM Services at the Chase Farm site, the Authority has decided to create a Strategic Asset Management (SAM) approach to delivering this contract as a single supplier framework, where the intention is to enter into a call-off contract for a strategic partnership with a preferred bidder for a long term arrangement, where all services under the banner of Hard FM and Asset Management might be included. It is intended that this framework would be open to the local STP and other trusts or public sector bodies in London and potentially across the rest of England, however this is subject to the Royal Free NHS Foundation Trust agreeing access to the framework that is in line with its own strategic needs and purposes to facilitate and deliver services as required. In addition to this long term arrangement, there are a number of incremental options, which the trust will define during this procurement process, which may be utilised in the future across the Royal Free Hospital NHS Foundation Trust or via members of the Group or indeed other associated public sector organisation who might need the services and support of this framework, and as agreed with the Royal Free NHS Foundation Trust from time to time. Included in the strategic approach are a set of vested contract principles designed to facilitate and develop a true partnership approach, such as the ability for the preferred partner to ‘earn’ additional years of the contract relationship through over performance and exceeding expectations from the core contract minimum standards.
    The Chase Farm site and the associated site information and data, will be utilised during the procurement process to enable the trust to call off from the framework on day one of the framework contract going live. As mentioned above, there will be incremental options that the trust wishes to exercise and draw down from the preferred partner during the life of the agreement, however the bidders solutions to the Trust's requirements will be developed through the dialogue process. The Core service will be the provision of Hard FM Services (Condition A) to the Chase Farm site.
    The high level non core and incremental options to form part of this overall framework service offering include**:
    — Strategic Asset and Hard FM Management Services at other Royal Free owned and operated sites;
    — Supply Chain services;
    — Supplier Management — Service Contracts Including PFI;
    — Development Support Consultancy;
    — Property Development Support;
    — Specialist Service Support — for example Central Sterile Services Department (CSSD) Facility Maintenance;
    — Backlog Maintenance — Invest and Save;
    — Royal Free Group Future Hard FM Services (Condition B + C);
    — Investment capability;
    — Authorising Engineers;
    — Benchmarking
    More information to be found in the Memorandum of Information relating to these services.
    Adresse des Bauherren UK-NW3 2QG London
    TED Dokumenten-Nr. 292399-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-London: Repair and maintenance services of building installations

      2017/S 142-292399

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Strategic Hard Facilities Asset Management Framework
      Royal Free London NHS Foundation Trust
      London
      NW3 2QG
      United Kingdom
      Telephone: +44 2079932295
      E-mail: MTJwZCxubnFyY2xiY3BxPmxmcSxsY3I=
      NUTS code: UK

      Internet address(es):

      Main address: https://www.royalfree.nhs.uk

      Address of the buyer profile: https://www.royalfree.nhs.uk

      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: http://www.lppsourcing.org
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: www.lppsourcing.org
      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:

       

      Strategic Hard Facilities Asset Management Framework.

       

      Reference number: DN284218
      II.1.2)Main CPV code
      50700000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      The Royal Free London NHS Foundation Trust wishes to create a single supplier framework for the provision of Strategic Hard Facilities and Asset Management services as tool for The Trust to provide strategic advice and services to itself, Group members and any other public sector organisations that may be an associate of the Royal Free London NHS Foundation Trust. The initial call off, will be for the delivery of services to the new healthcare building at Chase Farm which is being constructed under a P21+ construction contract and is due for completion and handover in June 2018. As part of this framework, the Trust wishes to include a number of related non-exclusive incremental services, which may be called off at some point during the life of the framework and also to provide similar call-off contract opportunities to other authorities identified on this Contract Notice in respect of their Hard FM, Asset Management and incremental services needs as defined by the Trust.

       

      II.1.5)Estimated total value
      Value excluding VAT: 500 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      71000000
      71247000
      71541000
      71520000
      71315210
      71530000
      71500000
      71510000
      71324000
      71410000
      90712000
      45453100
      70110000
      90713000
      70330000
      71314200
      70320000
      70332100
      70332200
      70332000
      70331000
      71315300
      71315400
      50700000
      50710000
      79993000
      77314000
      50400000
      71317200
      79994000
      71311300
      71314000
      71314300
      71313450
      72212420
      72212421
      72514000
      72514300
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      The Royal Free London is one of 4 trusts in England that have been given special status and authority to form a group model for service delivery. Currently the trust's turnover is 1 000 000 000 GBP pa and should be at 5 000 000 000 GBP in 3 — 5 years time. The Chase Farm site is one of the trust's existing sites under this group model and whilst the details of which other trusts or sites will become part of this group model is currently being developed, the trust needs to ensure that it is prepared, and has capability and capacity to grow its contractual relationships with its supplier base as needed. The new healthcare building at Chase Farm is being constructed under a P21+ construction contract. The building is due for completion and handover in June 2018. The building is designed to provide an HTM & HBN compliant healthcare environment for staff and patients and is being delivered with a 2-year warranty on equipment and systems installed on site. Instead of tendering for a new service provider in the simplest form i.e. to deliver standard Hard FM Services at the Chase Farm site, the Authority has decided to create a Strategic Asset Management (SAM) approach to delivering this contract as a single supplier framework, where the intention is to enter into a call-off contract for a strategic partnership with a preferred bidder for a long term arrangement, where all services under the banner of Hard FM and Asset Management might be included. It is intended that this framework would be open to the local STP and other trusts or public sector bodies in London and potentially across the rest of England, however this is subject to the Royal Free NHS Foundation Trust agreeing access to the framework that is in line with its own strategic needs and purposes to facilitate and deliver services as required. In addition to this long term arrangement, there are a number of incremental options, which the trust will define during this procurement process, which may be utilised in the future across the Royal Free Hospital NHS Foundation Trust or via members of the Group or indeed other associated public sector organisation who might need the services and support of this framework, and as agreed with the Royal Free NHS Foundation Trust from time to time. Included in the strategic approach are a set of vested contract principles designed to facilitate and develop a true partnership approach, such as the ability for the preferred partner to ‘earn’ additional years of the contract relationship through over performance and exceeding expectations from the core contract minimum standards.

      The Chase Farm site and the associated site information and data, will be utilised during the procurement process to enable the trust to call off from the framework on day one of the framework contract going live. As mentioned above, there will be incremental options that the trust wishes to exercise and draw down from the preferred partner during the life of the agreement, however the bidders solutions to the Trust's requirements will be developed through the dialogue process. The Core service will be the provision of Hard FM Services (Condition A) to the Chase Farm site.

      The high level non core and incremental options to form part of this overall framework service offering include**:

      — Strategic Asset and Hard FM Management Services at other Royal Free owned and operated sites;

      — Supply Chain services;

      — Supplier Management — Service Contracts Including PFI;

      — Development Support Consultancy;

      — Property Development Support;

      — Specialist Service Support — for example Central Sterile Services Department (CSSD) Facility Maintenance;

      — Backlog Maintenance — Invest and Save;

      — Royal Free Group Future Hard FM Services (Condition B + C);

      — Investment capability;

      — Authorising Engineers;

      — Benchmarking

      More information to be found in the Memorandum of Information relating to these 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: 500 000 000.00 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:

       

      Any call-off Contract under this framework may be subject to renewal, up to a maximum of 5 years in 1-year increments.

       

      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: yes
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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

       

      For more information please refer to the Memorandum of Information Document.

       

      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
      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.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:
      III.2.3)Information about staff responsible for the performance of the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Competitive dialogue
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement
      Framework agreement with a single operator
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: yes
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 21/08/2017
      Local time: 10:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      VI.3)Additional information:

       

      The following Contracting Authorities (including any future successor organisation(s) to the functions exercised by any such organisations) are entitled to place Call-Off Contracts:

      — Members of the North Central London Sustainability and Transformation Plan http://www.candi.nhs.uk/about-us/north-central-london-sustainability-and-transformation-plan

      — The National Health Service Commissioning Board (known as NHS England) and all bodies hosted by The National Health Service Commissioning Board; http://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx and

      — any other Health Service Body as defined at section 9 National Health Service Act 2006, including but not limited to any:

      (i) Clinical Commissioning Group; http://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx

      (ii) NHS Trust; http://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx

      (iii) Special Health Authority; http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx

      (iv) The Care Quality Commission; www.cqc.org.uk

      (v) National Institute for Health Care Excellence, known as NICE; https://www.nice.org.uk/

      (vi) NHS Digital (The Health and Social Care Information Centre); https://digital.nhs.uk/

      (vii) The Secretary of State; https://www.gov.uk/government/ministers/secretary-of-state-for-health

      (viii) relevant Welsh health service bodies; http://www.wales.nhs.uk/nhswalesaboutus/structure

      — NHS Foundation Trusts https://www.gov.uk/government/publications/nhs-foundation-trust-directory/nhs-foundation-trust-directory

      — Academic Health Science Networks; https://www.england.nhs.uk/ourwork/part-rel/ahsn/

      — NHS Improvement; https://improvement.nhs.uk/

      — Health Education England including Local Education and Training Boards (LETB) constituted as committees of Health Education England; https://hee.nhs.uk/

      — NHS Health Research Authority; http://www.hra.nhs.uk/

      — The Department of Health; https://www.gov.uk/government/organisations/department-of-health

      — Executive agencies of the Department of Health including but not limited to Public Health England, the Medicines and Healthcare Products Regulatory Agency and the National Institute of Health Research; https://www.gov.uk/government/organisations

      — Arms-Length Bodies of the Department of Health not otherwise listed above including but not limited to NHS Blood and Transplant, NHS Business Services Authority, NHS Litigation Authority, Human Fertilisation and Embryology Authority, and the Human Tissue Authority; https://www.gov.uk/government/publications/arms-length-bodies/our-arms-length-bodies

      — any provider of primary medical services under a GMS, PMS or APMS contract; http://www.nhsemployers.org/your-workforce/primary-care-contacts

      — all Local Authorities, as defined under section 1 the Local Government Act 2000 including Health and Well Being Boards established by any Local Authority; and https://www.lgbce.org.uk/records-and-resources/local-authorities-in-england

      — County Councils http://www.countycouncil.org.uk/

      The Trust is still developing its evaluation and contractual document in relation to the framework and call-off contract and these will be provided to bidders shortlisted to commence the competitive dialogue competition or before 31.7.2017

      These documents include:

      — Overview of the Incremental Options;

      — Royal Free site overview/ specification (as a Condition B site example);

      — Invitation to Participate in Dialogue (ITPD), including evaluation methodology and criteria and ITPD questions;

      — ITPD Pricing Templates;

      — Framework Agreement;

      — Call-off Contract.

      Given that the authority is using the Competitive Dialogue Procedure to assist in developing the preferred outcome for the Royal Free London NHS Foundation Trust, the documentation for the remaining phases of the Competitive Dialogue process will be available as soon practicable. The high level evaluation criteria and overall scoring approach is likely to be the same throughout the process.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      The High Court of Justice
      The Royal Court of Justice, The Strand
      London
      WC2A 2LL
      United Kingdom
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      In accordance with Regulation 86, (Notices of decisions to award a contract) Regulation 87 (Standstill Period); and Regulations 91 (Enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      21/07/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 27.07.2017
Zuletzt aktualisiert 27.07.2017
Wettbewerbs-ID 2-273092 Status Kostenpflichtig
Seitenaufrufe 43