Tender

Provision of Hard Facilities Management Services

  • ORIEL ESTATES SERVICES LLP

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-008586

Procurement identifier (OCID): ocds-h6vhtk-05e4b2 (view related notices)

Published 30 January 2026, 3:35pm



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-

family.force.com/s/Welcome

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

This table contains award criteria for this lot
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

Region: UKI43 - Haringey and Islington

Organisation type: Public authority - central government