Tender

Hard Facilities Management service

  • South East Coast Ambulance Service NHS Foundation Trust

F02: Contract notice

Notice identifier: 2023/S 000-003329

Procurement identifier (OCID): ocds-h6vhtk-032fd9

Published 2 February 2023, 6:04pm



Section one: Contracting authority

one.1) Name and addresses

South East Coast Ambulance Service NHS Foundation Trust

Nexus House, 4 Gatwick Road

Crawley

RH10 9BG

Contact

Please use the communication function in Bravo

Email

procurement@secamb.nhs.uk

Telephone

+44 1892831139

Country

United Kingdom

Region code

UKJ - South East (England)

Internet address(es)

Main address

www.secamb.nhs.uk

Buyer's address

https://commercialsolutions.bravosolution.co.uk

one.3) Communication

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

https://commercialsolutions.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://commercialsolutions.bravosolution.co.uk

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

Hard Facilities Management service

two.1.2) Main CPV code

  • 79993000 - Building and facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

South East Coast Ambulance Service NHS Foundation Trust ("the Authority") employs more than 4000 staff and provides Emergency and Urgent Care Services and Out of Hours Services across Kent, Sussex and Surrey.

The Authority is issuing an invitation to tender ("ITT") in connection with a competitive procurement to provide a cost effective, efficient and reliable Hard Facilities Management service to support the Estates Team; providing the Authority with safe, compliant and fully functioning properties from which the service is operated, and staff are working.

The contract will be for a period of 3 years from June 2023, with the option to extend for a further two 1-year periods.

Bidders are invited to attend 4 sites between 9am-5pm on 15th February; to obtain an overview of the types of buildings the successful Bidder will be responsible for under this contract. Please see tender documents for more information.

two.1.5) Estimated total value

Value excluding VAT: £4,846,980

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45259000 - Repair and maintenance of plant
  • 50000000 - Repair and maintenance services
  • 72253100 - Helpdesk services
  • 72514100 - Facilities management services involving computer operation
  • 79993100 - Facilities management services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

Kent, Surrey and Sussex

two.2.4) Description of the procurement

The Authority covers a geographical area of 3,600 square miles (Brighton & Hove, East Sussex, West Sussex, Kent, Surrey, and North East Hampshire). It is a diverse area delivering a service from various Ambulance Stations, ACRP’s, 3 regional offices incorporating EOC’s, a HQ and 11 Make Ready Centres.

The successful bidder will implement a maintenance programme comprising of:

• Planned Preventative Maintenance;

• Statutory Compliance Maintenance/Testing; and

• Reactive Maintenance

and, for services ‘in’ and ‘out of’ scope, provide:

• a 24/7/365 helpdesk for in and out of scope calls;

• a CAFM system to collate and maintain data in relation to all assets and their repairs and maintenance records.

The contract will be for a period of 3 years from June 2023, with the option to extend for a further two 1-year periods.

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: £4,846,980

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Option to extend for a further two x 12 month periods, at the Authority's discretion

two.2.10) Information about variants

Variants will be accepted: Yes

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

All Bidders are invited to visit a number of our sites to obtain an overview of the types of buildings the successful Bidder will be responsible for under this contract.

Members of the Estates Team will be on 4 sites between 9am-5pm on 15th February 2023.


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.2.2) Contract performance conditions

The supplier must provide services across the Trust's 3,600 square mile geographical area - Brighton & Hove, East and West Sussex, Kent, Surrey, and North East Hampshire during the life of the Contract.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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: 2022/S 000-010555

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

Date

3 March 2023

Local time

3:00pm

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

four.2.7) Conditions for opening of tenders

Date

3 March 2023

Local time

3:05pm


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

In order to comply with the Department of Health eProcurement Strategy and NHS paperless agenda, the Trust encourages Suppliers to submit invoices electronically via an e-Invoicing portal, Tradeshift.

You can find more information on the Tradeshift portal at http://tradeshift.com/supplier/nhs-sbs/

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Liverpool

Email

publicprocurementreview@cabinetoffice.gov.uk

Country

United Kingdom