Section one: Contracting authority
one.1) Name and addresses
Quality Trusted Solutions LLP
First Floor, 350 Euston Road
London
NW1 3AX
Contact
Nana Sarfo-Tawiah
Telephone
+44 7999131941
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main 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://www.proactisplaza.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
QTS LLP Estates Maintenance Services Framework
Reference number
DN2761
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The services encompass essential maintenance of building systems to ensure safety, compliance, and operational efficiency. Key services include:
• CCTV Systems
• Access Control
• Intruder Alarms
• Emergency Lighting
• Fire Detection and Suppression Systems
• Grounds and Gardens Maintenance
• Lift Maintenance
• Nurse Call Alarm Systems
• Ventilation Services
• Water Systems Management
• Pest Control and Pest Control Proofing
Additional Services Required: In accordance with the specifications detailed in the Descriptive Document, bidders are expected to provide extended support for quality, environmental, health, and safety management systems. Additional services include asset management, business continuity planning, helpdesk and CAFM support, mobilisation, and de-mobilisation.
________________________________________
two.1.5) Estimated total value
Value excluding VAT: £150,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot No
6
two.2.2) Additional CPV code(s)
- 33195000 - Patient-monitoring system
- 45312100 - Fire-alarm system installation work
- 45343000 - Fire-prevention installation works
- 50000000 - Repair and maintenance services
- 50700000 - Repair and maintenance services of building installations
- 65130000 - Operation of water supplies
- 71315410 - Inspection of ventilation system
- 77314000 - Grounds maintenance services
- 90922000 - Pest-control services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
two.2.4) Description of the procurement
QTS LLP seeks to establish a four-year framework agreement for Hard Facilities Management (FM) services across its sites. The services encompass essential maintenance of building systems to ensure safety, compliance, and operational efficiency. Key services include:
• CCTV Systems
• Access Control
• Intruder Alarms
• Emergency Lighting
• Fire Detection and Suppression Systems
• Grounds and Gardens Maintenance
• Lift Maintenance
• Nurse Call Alarm Systems
• Ventilation Services
• Water Systems Management
• Pest Control and Pest Control Proofing
Additional Services Required: In accordance with the specifications detailed in the Descriptive Document, bidders are expected to provide extended support for quality, environmental, health, and safety management systems. Additional services include asset management, business continuity planning, helpdesk and CAFM support, mobilisation, and de-mobilisation.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting / Weighting: 60
Cost criterion - Name: Cost / Weighting / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £150,000,000
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 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
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
In the case of framework agreements, provide justification for any duration exceeding 4 years:
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
Date
24 April 2025
Local time
2:00pm
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
24 April 2025
Local time
2:30pm
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
Participating Authorities
The following Contracting Authorities are entitled to place Orders:
* Central and North West London NHS Trust (CNWL)
* National Health Service (NHS) bodies in London and the Home Counties, including but not limited to:
‒ (i) Acute trusts (as listed at: http://www.nhs.uk/servicedirectories/pages/acutetrustlisting.aspx);
‒ (ii) Health and care trusts (as listed at: http://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx);
‒ (iii) Mental health trusts (as listed at: http://www.nhs.uk/ServiceDirectories/Pages/MentalHealthTrustListing.aspx);
‒ (iv) Clinical commissioning groups (as listed at: http://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx);
‒ (v) Ambulance trusts (as listed at: http://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx);
‒ (vi) Area teams (as listed at: http://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx);
‒ (vii) Special health authorities (http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx);
* Social enterprises undertaking some or all of the previous service provider functions of contracting authorities in relation to health and/or social care services;
* Any existing or future established Integrated Care Systems, bringing together CCGs/provider groups to bring together packages of healthcare.
For the avoidance of doubt, any successor bodies of any of the above entities shall be entitled to place Orders and shall be deemed Participating Authorities for the purposes of this Framework Agreement.
Applicants should note that, under the Framework Agreement, no organisation that is entitled to call off shall be under any obligation to do so neither does the NHS trust in question have the automatic right to do so without direct permission from QTS / Central and North West London NHS Foundation Trust.
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom