Tender

Total FM 2022 Framework

  • NHS London Procurement Partnership (Hosted by Guy's and St Thomas' NHS FT)

F02: Contract notice

Notice identifier: 2022/S 000-002877

Procurement identifier (OCID): ocds-h6vhtk-0311d7

Published 1 February 2022, 4:47pm



The closing date and time has been changed to:

18 March 2022, 11:00am

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

NHS London Procurement Partnership (Hosted by Guy's and St Thomas' NHS FT)

200 Great Dover Street

London

SE1 4YB

Contact

Remmy Kamya

Email

Remmy.Kamya@lpp.nhs.uk

Telephone

+75 90069360

Country

United Kingdom

NUTS code

UKI44 - Lewisham and Southwark

Internet address(es)

Main address

https://www.lpp.nhs.uk/

Buyer's address

https://www.lpp.nhs.uk/

one.3) Communication

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

http://health.atamis.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://health.atamis.co.uk

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

http://health.atamis.co.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Total FM 2022 Framework

Reference number

LPP/2021/005

two.1.2) Main CPV code

  • 79993000 - Building and facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS London Procurement Partnership is establishing a Framework to provide a compliant procurement route for Total Facilities Management Services to the NHS and other public sector organisations. This will cover both fully managed hard and soft FM services along with an option for Total FM (hard and soft FM together). In addition Contracting Authorities can procure standalone cleaning, catering and security services singly or together if they do not wish to pursue the fully managed option or maintain a blend of in-house and out-sourced FM services. The Framework will cover all regions in England - see documentation for details.

two.1.5) Estimated total value

Value excluding VAT: £5,800,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 98341120 - Portering services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Framework

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: £5,800,000,000

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


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

Originally published as:

Date

2 March 2022

Local time

11:00am

Changed to:

Date

18 March 2022

Local time

11:00am

See the change notice.

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

2 March 2022

Local time

11:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

This framework is open to NHS Trusts, (including PFI healthcare buildings and facilities), NHS Collaborative Procurement Organisations, Clinical Commissioning Groups, NHS Improvement / England, NHS Property Services Ltd, Community Health Partnerships and/or organisations created as a result of structural re-organisation or organisational changes (including the evolution of Sustainability Transformation Partnerships (STPs), Integrated Care Systems (ICS) and Wholly Owned Subsidiary Companies). Also the wider public sector including central, local government, educational establishments and registered charities including housing providers throughout England

six.4) Procedures for review

six.4.1) Review body

The High Court

Strand

London

WC2A 2LL

Email

generaloffice@administrativecourtoffice.justice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/courts-tribunals