Tender

National Framework for the Provision of Asset and Contract Lifecycle Management Services

  • COUNTESS OF CHESTER HOSPITAL NHS FOUNDATION TRUST

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-002952

Procurement identifier (OCID): ocds-h6vhtk-05e025 (view related notices)

Published 14 January 2026, 9:58am



Scope

Reference

F/015/CORP/26/MH

Description

In 2022, the Countess of Chester Hospital NHS Foundation Trust's Commercial Procurement Service established a National Framework Agreement for asset lifecycle contract management services to facilitate improvements in organisational efficiency which may otherwise have been overlooked under a fragmented approach to contract management. This framework has provided a targeted end to end outsourced lifecycle contract management solution spanning procurement, contract management and service delivery management.

The Countess of Chester Hospital NHS Foundation Trust's Commercial Procurement Service now wishes to establish a new framework to enable and support continued asset and contract lifecycle management within the NHS and wider public sector. The purpose of this Framework is to enable a provider to increase efficiency against traditional contract letting and management methods, whilst maintaining or improving high standards of delivery.

Commercial tool

Establishes a framework

Total value (estimated)

  • £10,000,000 excluding VAT
  • £12,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 23 March 2026 to 22 March 2028
  • Possible extension to 22 March 2030
  • 4 years

Description of possible extension:

The Term of the Framework Agreement shall be two years with an option to extend twice for a further one year on each occasion. The Framework Agreement will run for a maximum four year term, however call-off Contracts may exceed this period provided that these Call-off Contracts are awarded and commence within the Framework Agreement Term.

Main procurement category

Services

CPV classifications

  • 79994000 - Contract administration services

Contract locations

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey

Lot 1. Asset and Contract Lifecycle Management Services for NHS Organisations

Description

The Lot will be for the provision of an end to end outsourced asset and contract lifecycle management solution spanning procurement, contract management and service delivery management for a range of contracts, including medical maintenance, estates maintenance, estates services, general services (specifically services with multiple contract events that must be tracked, assessed and verified such as diagnostics), and any other contract identified by a Contracting Authority. The Contracting Authority will be an NHS Organisation.

Lot value (estimated)

  • £10,000,000 excluding VAT
  • £12,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. Asset and Contract Lifecycle Management Services for Public Sector Non-NHS Organisations

Description

1.1 The Framework will be for the provision of an end to end outsourced asset and contract lifecycle management solution spanning procurement, contract management and service delivery management for a range of contracts, including medical maintenance, estates maintenance, estates services, general services (specifically services with multiple contract events that must be tracked, assessed and verified such as diagnostics), and any other contract identified by a Contracting Authority. The Contracting Authority will be a Public Sector (non-NHS) organisation.

Lot value (estimated)

  • £10,000,000 excluding VAT
  • £12,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

1%

Further information about fees

The Gain Share charge will be levied at 1.0% of the turnover of each Call-off Contract awarded under the Framework. The Gain Share charge will be paid by the Framework Supplier to the Framework Host for the duration of each Call-off Contract. Call-off Contracts may exceed the Framework Agreement expiry date and in such cases the Gain Share charges will continue to be paid until the Call-off Contract expiry date.

Framework operation description

Call off contracts may be awarded with or without further competition.

A detailed explanation of the call off award process and evaluation criteria to be used as part of this process is available in Schedule 7 of Document 4 of the ITT Pack.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

To provide bidders with information on potential users of the Framework, a list of eligible users is provided within the ITT pack and is attached to this notice.


Participation

Legal and financial capacity conditions of participation

Lot 1. Asset and Contract Lifecycle Management Services for NHS Organisations

Lot 2. Asset and Contract Lifecycle Management Services for Public Sector Non-NHS Organisations

The conditions of participation relating to the legal and financial capacity are set out in the ITT Pack, in the procurement specific questionnaire (Questionnaire 1). The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire (Questionnaire 1 of the ITT Pack and the Instructions and Guidance to Tenderers (Document 1 of the ITT Pack).

Technical ability conditions of participation

Lot 1. Asset and Contract Lifecycle Management Services for NHS Organisations

Lot 2. Asset and Contract Lifecycle Management Services for Public Sector Non-NHS Organisations

The conditions of participation relating to the technical capability are set out in the ITT Pack, in the procurement specific questionnaire (Questionnaire 1). The conditions of participation

will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire (Questionnaire 1 of the ITT Pack and the Instructions and Guidance to Tenderers (Document 1 of the ITT Pack).

Particular suitability

Lot 1. Asset and Contract Lifecycle Management Services for NHS Organisations

Lot 2. Asset and Contract Lifecycle Management Services for Public Sector Non-NHS Organisations

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

9 February 2026, 4:00pm

Tender submission deadline

16 February 2026, 4:00pm

Submission address and any special instructions

Offers must be written in English and submitted via the Framework Host's e-sourcing portal at https://health-family.force.com/s/Welcome

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

6 March 2026


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Technical Quality 80%
Social Value Quality 10%
Commercial Criteria Price 10%

Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Documents

Associated tender documents

F015 List of eligible users.pdf


Contracting authority

COUNTESS OF CHESTER HOSPITAL NHS FOUNDATION TRUST

  • NHS Organisation Data Service: RJR
  • Public Procurement Organisation Number: PGCG-2135-TXWL

Liverpool Road

Chester

CH2 1UL

United Kingdom

Region: UKD63 - Cheshire West and Chester

Organisation type: Public authority - central government