Tender

Procurement of Leasing Facilities Framework

  • University Hospital Southampton NHS Foundation Trust

F02: Contract notice

Notice identifier: 2023/S 000-000825

Procurement identifier (OCID): ocds-h6vhtk-039699

Published 11 January 2023, 2:05pm



Section one: Contracting authority

one.1) Name and addresses

University Hospital Southampton NHS Foundation Trust

Tremona Road, Southampton

Hampshire

SO16 6YD

Contact

Carly King

Email

carly.king@linkgroup.co.uk

Telephone

+44 7892789954

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.uhs.nhs.uk/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://www.delta-esourcing.com/tenders/UK-UK-Hampshire:-Financial-leasing-services./9TY7679N44

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/tenders/UK-UK-Hampshire:-Financial-leasing-services./9TY7679N44

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Procurement of Leasing Facilities Framework

Reference number

14436

two.1.2) Main CPV code

  • 66114000 - Financial leasing services

two.1.3) Type of contract

Services

two.1.4) Short description

University Hospital Southampton NHS Foundation Trust (the “Trust”) invites tenders for organisations to participate in a 48-month Agreement (‘the Framework Agreement’). The Framework Agreement will be used by the Trust and may also be used by other organisations (“Eligible Bodies”) located in the United Kingdom, lists of all Eligible Bodies can be found in the tender documentation.

The Tender and subsequent agreement consists of two lots:

Lot 1: Residual Based Lease Facilities

Lot 2: Non-Residual Based Lease Facilities

Link Group (Link), a major provider of advisory services to the UK public sector, intends to use this Framework Agreement to enable its clients to procure leasing facilities. Link will therefore provide details of the Framework Agreement and market the Framework Agreement to its clients.

Bidders can bid on one or more lots. It is envisaged that a maximum of 50 economic operators (the Suppliers) will be awarded a position on the Framework Agreement in total.

two.1.5) Estimated total value

Value excluding VAT: £300,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Residual Based Lease Facilities

Lot No

1

two.2.2) Additional CPV code(s)

  • 66114000 - Financial leasing services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Lot 1 is for residual based lease facilities for equipment, including (but not limited to); medical equipment, testing equipment, estates equipment, furniture, mobile/modular/temporary buildings, plant and machinery, car park barriers/ticketing machinery, waste disposal, catering, domestic appliances, washroom, industrial machinery; ICT equipment, hardware and software, photocopiers, printers; green technology (renewable energy and energy efficiency) equipment including (but not limited to) solar, photo-voltaic and thermal, heat pumps, bio-mass, LED, building control management technology; Grounds maintenance equipment; Cars, light commercial vehicles and heavy commercial vehicles; vehicle workshop equipment and any other asset type the Trust or any Eligible Bodies may require.

It is envisaged that a maximum of 25 economic operators (the Suppliers) will be awarded a position on the Framework Agreement for Lot 1.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £300,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

The estimated value range through the 48-month Framework Agreement is between £150,000,000 and £300,000,000 ex VAT. Any estimate of framework turnover or number of lease facilities is for information purposes only; no commitment or guarantee is given and should not be implied. Neither Link nor the Trust take responsibility for inaccurate information provide within this tender.

two.2) Description

two.2.1) Title

Non-Residual Based Lease Facilities

Lot No

2

two.2.2) Additional CPV code(s)

  • 66114000 - Financial leasing services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Lot 2 is for non-residual based lease facilities for equipment, including (but not limited to); medical equipment, testing equipment, estates equipment, furniture, mobile/modular/temporary buildings, plant and machinery, car park barriers/ticketing machinery, waste disposal, catering, domestic appliances, washroom, industrial machinery; ICT equipment, hardware and software, photocopiers, printers; green technology (renewable energy and energy efficiency) equipment including (but not limited to) solar, photo-voltaic and thermal, heat pumps, bio-mass, LED, building control management technology; Grounds maintenance equipment; Cars, light commercial vehicles and heavy commercial vehicles; vehicle workshop equipment and any other asset type the Trust or any Eligible Bodies may require.

It is envisaged that a maximum of 25 economic operators (the Suppliers) will be awarded a position on the Framework Agreement for Lot 2.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £300,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

The estimated value range through the 48-month Framework Agreement is between £150,000,000 and £300,000,000 ex VAT. Any estimate of framework turnover or number of lease facilities is for information purposes only; no commitment or guarantee is given and should not be implied. Neither Link nor the Trust take responsibility for inaccurate information provide within this tender.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

List and brief description of conditions

Any supplier may be disqualified who has been convicted of:

(a) conspiracy within the meaning of section 1 or 1A of the Criminal Law Act 1977 (a) or article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983 (b) where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA on the fight against organised crime(c);

(b) corruption within the meaning of section 1(2) of the Public Bodies Corrupt Practices Act 1889(d) or section 1of the Prevention of Corruption Act 1906(e);

(c) the common law offence of bribery;

(d) bribery within the meaning of sections 1, 2 or 6 of the Bribery Act 2010(f), or section 113 of the Representation of the People Act 1983(g);

(e) where the offence relates to fraud affecting the European Communities financial interests as defined by Article 1 of the Convention on the protection of the financial interests of the European Communities(h):

(i) the common law offence of cheating the Revenue;

(ii) the common law offence of conspiracy to defraud;

(iii) fraud or theft within the meaning of the Theft Act 1968(i), the Theft Act (Northern Ireland) 1969(j), the Theft Act 1978(k) or the Theft (Northern Ireland) Order 1978(l);

(iv) fraudulent trading within the meaning of section 458 of the Companies Act 1985(m), article 451 of the Companies (Northern Ireland) Order 1986(n) or section 993 of the Companies Act

2006(o);

(v) fraudulent evasion within the meaning of section 170 of the Customs and Excise

Management Act 1979(p) or section 72 of the Value Added Tax Act 1994(q);

(vi) an offence in connection with taxation in the European Union within the meaning of section 71 of the

Criminal Justice Act 1993(r);

(vii) destroying, defacing or concealing of documents or procuring the execution of a valuable security within the meaning of section 20 of the Theft Act 1968(s) or section 19 of the Theft Act (Northern Ireland) 1969(t);

(viii) fraud within the meaning of section 2, 3 or 4 of the Fraud Act 2006(u); or

(ix) the possession of articles for use in frauds within the meaning of section 6 of the Fraud Act 2006, or the making, adapting, supplying or offering to supply articles for use in frauds within the meaning of section 7 of

that Act;

(f) any offence listed,

(i) in section 41 of the Counter Terrorism Act 2008(a); or

(ii) in Schedule 2 to that Act where the court has determined that there is a terrorist connection;

(g) any offence under sections 44 to 46 of the Serious Crime Act 2007(b) which relates to an offence covered by subparagraph (f);

(h) money laundering within the meaning of sections 340(11) and 415 of the Proceeds of Crime Act 2002(c);

(i) an offence in connection with the proceeds of criminal conduct within the meaning of section 93A, 93B

or 93C of the Criminal Justice Act 1988(d) or article 45, 46 or 47 of the Proceeds of Crime (Northern Ireland) Order1996(e);

(j) an offence under section 4 of the Asylum and Immigration (Treatment of Claimants, etc. Act 2004(f);

(k) an offence under section 59A of the Sexual Offences Act 2003(g);

(l) an offence under section 71 of the Coroners and Justice Act 2009(h);

(m) an offence in connection with the proceeds of drug trafficking within the meaning of section 49, 50 or 51 of the Drug Trafficking Act 1994(i); or

(n) any other offence within the meaning of Article 57(1) of the Public Contracts Directive;

(i) as defined by the law of any jurisdiction outside England and Wales and Northern Ireland; or

(ii) created, after the day on which these Regulations were made, in the law of England and Wales or Northern Ireland.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

13 February 2023

Local time

12:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

13 February 2023

Local time

12:05pm

Information about authorised persons and opening procedure

The Trust authorised employees and their authorised agents only.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2027

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

The contracting Authorities reserve the right to use electronic auctions in the conduct of mini-competitions.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Hampshire:-Financial-leasing-services./9TY7679N44" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-Hampshire:-Financial-leasing-services./9TY7679N44

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/9TY7679N44" target="_blank">https://www.delta-esourcing.com/respond/9TY7679N44

GO Reference: GO-2023111-PRO-21896077

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

This tender process will incorporate a minimum 10 calendar day standstill period at the point information on the award is communicated to tenderers. Appeals can be directly raised via the contact points detailed in section VI.4.1 of this Contract Notice. The Public Contracts Regulations 2015 #102 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).