Section one: Contracting authority/entity
one.1) Name and addresses
Salisbury NHS Foundation Trust
Odstock Road
Salisbury
SP2 8BJ
Contact
Ryan.Evans
Country
United Kingdom
Region code
UKK15 - Wiltshire CC
Internet address(es)
Main address
Buyer's address
one.6) Main activity
Other activity
Facility Management - Health Care
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Non PFI FM Services
two.1.2) Main CPV code
- 79993100 - Facilities management services
two.1.3) Type of contract
Services
two.1.4) Short description
Non PFI FM Services, making up 8% of FM services to the Trust.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £10,266,220
two.2) Description
two.2.2) Additional CPV code(s)
- 79993000 - Building and facilities management services
two.2.3) Place of performance
NUTS codes
- UKK15 - Wiltshire CC
Main site or place of performance
Great Western Hospital Swindon
two.2.4) Description of the procurement
To deliver final 8% of FM services in line with the 92% delivered under the PFI agreement.
two.2.5) Award criteria
Price
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
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
Application of Regulation 32
The Trust is in a position to enter into an 81 month contract till 4th October 2029, with Serco Ltd if one of the exemptions from tendering set out in Regulation 32 applies. In this instance the Trust wishes to utilise Regulation 32(2)(b) to award a contract to Serco Ltd.
Regulation 32(2)(b) is the sole supplier exemption and applies where:
• The services can only be supplied by a particular supplier as competition is absent for technical reasons (“Test 1”)
• There is no other reasonable alternative or substitute available (“Test 2”); and
• The Trust has not artificially narrowed the parameters of the procurement in order to attempt to rely on the exemption (“Test 3”).
Test 1: The services can only be supplied by a particular supplier as competition is absent for technical reasons:
• Serco Ltd own and maintain security and access controls across the PFI site. Introduction of secondary systems is not feasible.
• Serco Ltd supply Porters and Cleaners to the PFI site, these are easily extended to the non PFI buildings, retaining Patient Care and Experience. TUPE would not be feasible as we would be restricting staff to Non PFI Buildings meaning we are no longer able to utilise them in the PFI buildings.
• Serco Ltd are responsible for design / architectural faults across the new Non PFI buildings, introduction of a secondary vendor would create accountability issues.
Test 2: There is no other reasonable alternative or substitute available
• Due to GDPR constraints, information would not be shared between the PFI incumbent Serco and any other vendors in non PFI. This would result in two entirely separate entities operating across one Trust, separately managed – with no intention of working together.
• Areas situated between the PFI and non PFI buildings would suffer ambiguity on coverage, with unclear boundaries on the ground, as basic examples transport of medicines and linen would have start and end points as would pest control. This would require handover on boundary lines constantly throughout the day. Meaning staff will be stood waiting for arrivals or collections of handovers across all services provided – a direct impact on Patient Care and Experience.
Test 3: The Trust has not artificially narrowed the parameters of the procurement in order to attempt to rely on the exemption
• 92% of FM services by Spend are covered by the THC / Serco Ltd PFI FM Services contract. Only 8% of Services are contestable for tender. This is not attractive to the market.
• A secondary vendor would result in the requirement of new equipment, such as but not limited to; trolleys and mops for cleaning to cages for Portering, an entirely new access control system and a new CCTV security system, all of which the Trust does not have capital budget to achieve. The investments required from another Vendor to deliver this equipment in conjunction with the service required would not be a sustainable business model within Trust budget.
• The contract is anticipated to cover Trust through to the end of the PFI agreement, and as such it is not deemed to be narrowing the provision down to rely on the regulation 32 exemption.
• There is an intention for a full procurement process to be run for complete services across the site at the end of the PFI agreement in October 2029. Subject to not bringing services in house.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
Section five. Award of contract/concession
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
10 February 2023
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
SERCO LIMITED
Serco House, 16 Bartley Wood Business Park, Hook. Hampshire.
Hook
RG27 9UY
Country
United Kingdom
NUTS code
- UKJ37 - North Hampshire
National registration number
00242246
Internet address
The contractor/concessionaire is an SME
No
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Initial estimated total value of the contract/lot/concession: £10,266,220
Lowest offer: £10,266,220 / Highest offer: £10,266,221 taken into consideration
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Great Western Hospitals NHS Foundation Trust
Marlborough Road
Swindon
SN3 6BB
Country
United Kingdom