Tender

Temporary Accommodation for Staff

  • Central London Community Healthcare NHS Trust

F02: Contract notice

Notice identifier: 2021/S 000-008426

Procurement identifier (OCID): ocds-h6vhtk-02a85b

Published 21 April 2021, 9:50am



Section one: Contracting authority

one.1) Name and addresses

Central London Community Healthcare NHS Trust

5-7 Parsons Green

London

SW6 4UL

Contact

Mr Reuben McKeown

Email

reuben.mckeown@capita.co.uk

Telephone

+44 7740529800

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.clch.nhs.uk

Buyer's address

http://www.clch.nhs.uk

one.3) Communication

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

https://procontract.due-north.com/Advert/Index?advertId=15989843-7ba2-eb11-810c-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=15989843-7ba2-eb11-810c-005056b64545

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

Temporary Accommodation for Staff

Reference number

DN539321

two.1.2) Main CPV code

  • 55000000 - Hotel, restaurant and retail trade services

two.1.3) Type of contract

Services

two.1.4) Short description

Central London Community Healthcare NHS Trust are looking to establish a framework for temporary accommodation to support new staff from either the UK or recruited internationally. Accommodation is required to between 1-5 rooms and available for a 1-2 month period, with an option for staff to continue their tenancy after this period. This opportunity has 3 lots covering: North London, South London and Hertfordshire. Bidders may submit a bid for as many lots as they feel able.

Three suppliers will be appointed to each lot, based on their total score at the end of the evaluation. Each lot will be tiered on a first right of refusal basis, with the highest scoring supplier having the first right of refusal.

two.1.5) Estimated total value

Value excluding VAT: £450,000

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 1: North London

Lot No

1

two.2.2) Additional CPV code(s)

  • 55000000 - Hotel, restaurant and retail trade services
  • 70000000 - Real estate services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Accommodation should be available across North London with sites close to Barnet), West/Central (K&C, H&F, Westminster).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

36

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

two.2.14) Additional information

Central London Community Healthcare NHS Trust are looking to establish a framework for temporary accommodation to support new staff from either the UK or recruited internationally. Accommodation is required to between 1-5 rooms and available for a 1-2 month period, with an option for staff to continue their tenancy after this period. This opportunity has 3 lots covering: North London, South London and Hertfordshire. Bidders may submit a bid for as many lots as they feel able.

Three suppliers will be appointed to each lot, based on their total score at the end of the evaluation. Each lot will be tiered on a first right of refusal basis, with the highest scoring supplier having the first right of refusal.

two.2) Description

two.2.1) Title

Lot 2: South London

Lot No

2

two.2.2) Additional CPV code(s)

  • 55000000 - Hotel, restaurant and retail trade services
  • 70000000 - Real estate services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Accommodation should be available across London with sites close or in South (Merton) and, West/Central (K&C, H&F, Westminster).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

36

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

two.2) Description

two.2.1) Title

Lot 3: Hertfordshire

Lot No

3

two.2.2) Additional CPV code(s)

  • 55000000 - Hotel, restaurant and retail trade services
  • 70000000 - Real estate services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Accommodation should be available across Hertfordshire.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

36

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 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

Envisaged maximum number of participants to the framework agreement: 9

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

4 June 2021

Local time

5:30pm

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

4 June 2021

Local time

6:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

Central London Community Healthcare

London

Country

United Kingdom