Scope
Description
Oriel is a joint initiative between Moorfields Eye Hospital NHS Foundation Trust, the UCL Institute of Ophthalmology, and Moorfields Eye Charity. Together, all services at
Moorfields Eye Hospital on City Road and the UCL Institute of Ophthalmology on Bath Street, will be relocated to a new, integrated centre in Camden.
This move is a transformative opportunity to create a world-leading
centre for eye care, research, and education. Harnessing clinical care and research expertise under one roof in a new fit-for-purpose centre will enable closer collaboration between clinicians and researchers to speed up the delivery of treatments and therapies for patients. The centre will deliver the highest-quality clinical care, research and education in an environment that
promotes innovation.
As a new development, Oriel requires the procurement of a comprehensive Hard Services Facilities Management (FM) solution to make the building fully operational. This service will
encompass all engineering hard services related to the building's
infrastructure, including:
- Planned preventive maintenance
- Reactive repairs
- Project works
- Statutory compliance activities
This scope covers the building infrastructure only and excludes any
hospital operational or clinical equipment used directly in patient care.
Total value (estimated)
- £18,625,000 excluding VAT
- £22,350,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 16 December 2026 to 15 December 2031
- Possible extension to 15 December 2034
- 8 years
Description of possible extension:
1 x optional extension period of two (2)
years. Plus another further optional
extension period of one (1) year.
Main procurement category
Services
CPV classifications
- 79993100 - Facilities management services
Contract locations
- UK - United Kingdom
Submission
Enquiry deadline
20 February 2026, 10:00am
Submission type
Requests to participate
Deadline for requests to participate
20 February 2026, 10:00am
Submission address and any special instructions
To express interest and participate in
the tender, please register and apply
via Atamis e-sourcing portal
https://health-
Should Tenderers have any queries, or
having problems using the portal, they
should contact Helpdesk at:
Phone: 0800 9956035
E-mail: support-health@atamis.co.uk
(mailto:support-health@atamis.co.uk)
Please note that all communication will
take place via the Atamis portal.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Suppliers to be invited to tender
Maximum 7 suppliers
Selection criteria:
Pass / Fail questions and Scored Questions
Award decision date (estimated)
31 July 2026
Recurring procurement
Publication date of next tender notice (estimated): 1 December 2033
Award criteria
| Name | Type | Weighting |
|---|---|---|
| Quality | Quality | 60% |
| Commercial | Cost | 30% |
| Social Value | Quality | 10% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
Competitive Flexible Procedure under the new Procurement Act 2023. This will be a multi stage process:
Stage 1 - Invitation to Participate - PSQ/ Supplier Information Questionnaire.
The Authority will undertake a review of the completed PSQ with reference to any information held on the Central Digital Platform. Responses to any conditions of participation, including pass/fail questions and scored questions, will be assessed in accordance with the selection process and any selection criteria as set out in
the Tender Documentation.
The assessment of these responses will identify the seven (7) highest ranking Suppliers who will be invited to participate in Stage 2, Stage 3 and Stage 4.
Stage 2 - Invitation to Submit Initial Tender.
The seven (7) highest-ranked tenderers that have not been excluded from the procurement process at Stage 1 will be invited to participate in the Initial Tender. The Initial Tender will not be scored and will serve solely as the basis for the Feedback Meeting Stage
(Stage 3). However, the seven (7) highest-ranked Tenderers are still required to complete the relevant questionnaires and documentation.
Stage 3 - Feedback Meetings (not scored)
Meetings will be held with each Tenderer to provide feedback relative to their Initial Tender.
Stage 4 - Invitation to submit a Best and Final Offer (BAFO)
Following the completion of Stage 3, the tenderers that have not been excluded from the procurement process will be invited by the Contracting Authority to submit Best and Final Offer
(BAFO) Tenders
The Authority reserves the right to refine any specific award criteria during the Procurement (in accordance with section 24 of the Procurement Act 2023).
Contracting authority
ORIEL ESTATES SERVICES LLP
- Companies House: OC444176
- Public Procurement Organisation Number: PBJL-1191-MJDH
162 City Road
London
EC1V 2PD
United Kingdom
Email: rf.ppstenders@nhs.net
Region: UKI43 - Haringey and Islington
Organisation type: Public authority - central government