loading
  • GB-NW1 0PE London
  • 03.07.2018
  • Ausschreibung
  • (ID 2-302340)

FM Services Contract


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 03.07.2018, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Gesundheitswesen
    Art der Leistung Energieplanung/ -beratung
    Sprache Englisch
    Aufgabe
    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.
    Adresse des Bauherren UK-NW1 0PE London
    TED Dokumenten-Nr. 211215-2018

  • Anzeigentext Ausschreibung

    maximieren


    • United Kingdom-London: Building and facilities management services

      2018/S 093-211215

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Camden and Islington NHS Foundation Trust
      4 St Pancras Way
      London
      NW1 0PE
      United Kingdom
      E-mail: MTFvZ2hrLXZocnJubT9iYG1jaC1tZ3ItdGo=
      NUTS code: 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.2)Information about joint procurement
      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
      United Kingdom
      Contact person: Andrew Heath
      E-mail: MTJfbGJwY3UsZmNfcmY+dXJuX3BybGNwcWZnbixhbWs=
      NUTS code: UKI62

      Internet address(es):

      Main address: www.wtpartnership.com

      Tenders or requests to participate must be submitted electronically via: 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
      II.2.1)Title:

      Cleaning

      Lot No: 3
      II.2.2)Additional CPV code(s)
      90910000
      90911300
      II.2.3)Place of performance
      NUTS code: UKI31
      NUTS code: 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.2.10)Information about variants
      Variants will be accepted: no
      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
      II.2)Description
      II.2.1)Title:

      Hard FM

      Lot No: 1
      II.2.2)Additional CPV code(s)
      50700000
      50710000
      50610000
      II.2.3)Place of performance
      NUTS code: UKI31
      NUTS code: 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.2.10)Information about variants
      Variants will be accepted: no
      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
      II.2)Description
      II.2.1)Title:

      Catering

      Lot No: 2
      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.2.10)Information about variants
      Variants will be accepted: no
      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
      II.2)Description
      II.2.1)Title:

      Security

      Lot No: 4
      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.2.10)Information about variants
      Variants will be accepted: no
      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
      II.2)Description
      II.2.1)Title:

      Waste Management

      Lot No: 5
      II.2.2)Additional CPV code(s)
      90524100
      90524200
      90524400
      90500000
      90513000
      II.2.3)Place of performance
      NUTS code: UKI31
      NUTS code: 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.2.10)Information about variants
      Variants will be accepted: no
      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
      II.2)Description
      II.2.1)Title:

      Portering

      Lot No: 6
      II.2.2)Additional CPV code(s)
      98341120
      64122000
      II.2.3)Place of performance
      NUTS code: UKI31
      NUTS code: 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.2.10)Information about variants
      Variants will be accepted: no
      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
      II.2)Description
      II.2.1)Title:

      Pest Control

      Lot No: 7
      II.2.2)Additional CPV code(s)
      90922000
      II.2.3)Place of performance
      NUTS code: UKI31
      NUTS code: 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.2.10)Information about variants
      Variants will be accepted: no
      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
      II.2)Description
      II.2.1)Title:

      Grounds and Gardens

      Lot No: 8
      II.2.2)Additional CPV code(s)
      77314000
      II.2.3)Place of performance
      NUTS code: UKI31
      NUTS code: 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.2.10)Information about variants
      Variants will be accepted: no
      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
      II.2)Description
      II.2.1)Title:

      Laundry and Linen

      Lot No: 9
      II.2.2)Additional CPV code(s)
      39518000
      98311200
      98310000
      II.2.3)Place of performance
      NUTS code: UKI31
      NUTS code: 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.2.10)Information about variants
      Variants will be accepted: no
      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
      II.2)Description
      II.2.1)Title:

      Utilities

      Lot No: 10
      II.2.2)Additional CPV code(s)
      71314200
      II.2.3)Place of performance
      NUTS code: UKI31
      NUTS code: 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.2.10)Information about variants
      Variants will be accepted: no
      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

      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:

      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.1.3)Information about a framework agreement or a dynamic purchasing system
      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: 03/07/2018
      Local time: 12:00
      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
      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.2)Information about electronic workflows
      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
      United Kingdom
      Telephone: +44 2086860431

      Internet address: www.wtpartnership.com

      VI.4.2)Body responsible for mediation procedures
      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.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      15/05/2018
    © 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 17.05.2018
Zuletzt aktualisiert 17.05.2018
Wettbewerbs-ID 2-302340 Status Kostenpflichtig
Seitenaufrufe 50