Section one: Contracting authority
one.1) Name and addresses
NHS London Procurement Partnership
Ground Floor, 200 Great Dover Street
London
SE1 4YB
Contact
Miss Hanna Schmidt
Telephone
+44 7833180036
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
Buyer's address
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://procontract.due-north.com/Advert/Index?advertId=f5196ec1-ec2f-eb11-8105-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com
one.4) Type of the contracting authority
Regional or local Agency/Office
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Estates & Facilities Consultancy Dynamic Purchasing System
Reference number
DN512850
two.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS London Procurement Partnership (LPP) are inviting applications from experienced suppliers of Estates & Facilities Consultancy Services to be appointed onto a Dynamic Purchasing System (DPS) to provide high quality services to health and public sector organisations.
The DPS is a two-stage process. The first stage will see invitations to participate issued to selected supplier categories in three successive waves. There will no limit on the number of suppliers that may join the DPS for each service category. New suppliers can also apply to join the DPS at any point during its lifetime.
Individual contracts are awarded during the second stage. In this stage, approved users of the DPS (referred to as Contracting Authorities) will invite all suppliers on the DPS for the service category and location required to bid for a specific contract. During the DPS validity period, a Contracting Authority will be able to search for Potential Providers that match their requirements using: work category, location of project, value of project and any other criteria deemed necessary and available within the standard search criteria Each Contracting Authority will be allowed to issue a Capability Assessment as part of its Mini-Competition to establish a final supplier list to invite to tender. It is also possible to combine categories where there are clear synergies and common industry precedents.
The type of services that may be procured under the DPS may include but are not limited to those services identified by CPV code and summarised in section II.2. The precise limit and extent of every potential service however, cannot be clearly defined at this stage.
two.1.5) Estimated total value
Value excluding VAT: £50,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 70000000 - Real estate services
- 70112000 - Development of non-residential real estate
- 71000000 - Architectural, construction, engineering and inspection services
- 73431000 - Test and evaluation of security equipment
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
- 79417000 - Safety consultancy services
- 79993100 - Facilities management services
- 79994000 - Contract administration services
- 80610000 - Training and simulation in security equipment
- 90713000 - Environmental issues consultancy services
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
The specific services that may be procured under the DPS cannot be clearly defined at this stage, however the nature and types of works that may be required may include but not limited to those works identified by CPV code and summarised below:
Category 1 Architecture
Category 2 Asbestos Management Service
Category 3 Authorising Engineers and Regulatory Commissioning (AE)
Category 4 Building Surveying Services & Condition Reporting
Category 5 Construction Project Management Service
Category 6 Clerk of Works
Category 7 Quantity Surveying & Cost Consultancy services
Category 8 Principal Designer (CDM)
Category 9 Estates Strategy and Business Case Development
Category 10 Contract Administration - NEC ROLES
Category 11 Facilities Management Consultancy
Category 12 Mechanical & Electrical Engineering Services
Category 13 Civil and Structural Engineering Consultancy Services
Category 14 Air & Ventilation Systems Consultancy
Category 15 Acoustics & Vibration Consultancy
Category 16 Energy Efficiency Consultancy Services
Category 17 Environmental issues consultancy services
Category 18 Equality Act Consultancy Services
Category 19 Fire Consultancy
Category 20 Security Systems Consultancy
Category 21 Lift Consultancy
Category 22 Lighting Consultancy
Category 23 Property Acquisition Disposal & Management Advisory
Category 24 Water Consultancy Services
Suppliers will also be grouped into seven (7) regions across England;
London
North East - West Yorkshire, South Yorkshire, North Yorkshire, East Riding of Yorkshire, Durham & Tyne and Wear.
North West - Cheshire, Merseyside, Greater Manchester, Lancashire & Cumbria.
Midlands – Herefordshire, Worcestershire, West Midlands, Warwickshire, Shropshire & Staffordshire.
East of England – Suffolk, Norfolk, Cambridgeshire, Leicestershire, Derbyshire, Nottinghamshire, Lincolnshire, Bedfordshire, Hertfordshire, Northamptonshire & Rutland.
South East – Bucks, Oxon, Hampshire, West Sussex, East Sussex, Surrey, Kent, Isle of Wight, Berkshire & Essex.
South West – Gloucestershire, Bristol, Wiltshire. Somerset, Dorset, Devon & Cornwall.
Suppliers will also be included for the following -
Scotland
Wales
Northern Ireland
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £100,000,000
two.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
The DPS may be extended for further periods, provided that the total of the DPS agreement does not exceed ten (10) years
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
three.2) Conditions related to the contract
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
The dynamic purchasing system might be used by additional purchasers
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2017/S 041-075014
four.2.2) Time limit for receipt of tenders or requests to participate
Date
1 March 2021
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
28 January 2021
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: 48 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
NHS London Procurement Partnership (LPP) in collaboration with Guy's and St Thomas' NHS Foundation Trust wishes to establish a Framework Agreement for use by current and future LPP clients, including without limitation:
(i) any National Health Service (NHS) Trust NHS Entities;
(iii) other UK public sector bodies; (and their statutory successors and public sector health organisations and/or other public sector organisations created as a result of government reorganisation in the UK) and public sector bodies (or “public sector body” in the singular) include but are not to be limited to the following list:
— LPP clients,
— Collaborative Procurement Partnership (NHS CPP)* clients
— Local Authorities,
— Educational Establishments,
— Registered providers and emergency services,
— NHS Bodies,
— Hospices,
— Central government departments and their agencies,
— Public Corporations,
— Police forces in the United Kingdom,
— Fire and Rescue Services,
— Registered Social Landlords (Housing Associations),
— Third Sector and Charities.
* Collaborative Procurement Partnership (NHS CPP), is comprised of NHS North of England Commercial Procurement Collaborative (NOE CPC), NHS London Procurement Partnership (LPP), NHS Commercial Solutions and East of England NHS Collaborative Procurement Hub (EOE CPH), and all of their clients and members.
The DPS Agreement includes the terms and conditions for subsequent Call-Offs, but places no obligations on approved users of the DPS to procure any Estates & Facilities Consultancy Services. The DPS in itself is therefore not a contract; contracts are only formed when works are called-off under the DPS. The Invitation to Tender documents issued by Contracting Authorities for specific call-off contracts will specify the terms and conditions for the execution of the service. Evaluation Criteria will be determined for each mini-competition by the Contracting Authority and set out in the tender documents.
Please note that LPP will be facilitating call-offs from the DPS for which there will be a nominal management levy to cover administration costs.
six.4) Procedures for review
six.4.1) Review body
Guy's and St Thomas' NHS Foundation Trust (as host of the London Procurement Partnership)
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Applicants who are unsuccessful at the SQ stage shall be informed by the Contracting Authority as soon as possible after the decision is made as to the reasons why the application was unsuccessful. If an appeal regarding the decision to award to the DPS has not been successfully resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the Regulations to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract to be shortened.
six.4.4) Service from which information about the review procedure may be obtained
Guy's and St Thomas' NHS Foundation Trust (as host of the London Procurement Partnership)
London
Country
United Kingdom