Tender

QTS LLP Estates Maintenance Services Framework

  • Quality Trusted Solutions LLP

F02: Contract notice

Notice identifier: 2025/S 000-007033

Procurement identifier (OCID): ocds-h6vhtk-04e777

Published 21 February 2025, 5:24pm



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

Email

nana.sarfo-tawiah@nhs.net

Telephone

+44 7999131941

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

http://qts-llp.co.uk/

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

https://www.mytenders.co.uk

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

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom