- Scope of the procurement
- Lot 1 - Cleaning Services. 1 - Cleaning Services
- Lot 2 - Car Park Management. 2 - Car Park Management
- Lot 3 - EV Charging Points. 3 - EV Charging Points
- Lot 4 - Catering. 4 - Catering
- Lot 5 - Furniture and Management Services. 5 - Furniture and Management Services
- Lot 6 - Grounds Maintenance/Horticultural Services. 6 - Grounds Maintenance/Horticultural Services
- Lot 7 - Repairperson Services. 7 - Repairperson Services
- Lot 8 - Helpdesk Services. 8 - Helpdesk Services
- Lot 9- Linen and Laundry. 9- Linen and Laundry
- Lot 10 - Reusable Theatre textiles. 10 - Reusable Theatre textiles
- Lot 11 - Pest Control. 11 - Pest Control
- Lot 12 - Portering services. 12 - Portering services
- Lot 13 - Reception Services. 13 - Reception Services
- Lot 14 - Security Services. 14 - Security Services
- Lot 15a - Domestic Waste / General Waste. 15a - Domestic Waste / General Waste
- Lot 15b - Confidential Waste. 15b - Confidential Waste
- Lot 15c - Clinical Waste. 15c - Clinical Waste
- Lot 15d - Reusable Sharps and Clinical Waste Containers. 15d - Reusable Sharps and Clinical Waste Containers
- Lot 15e - Total Waste Management. 15e - Total Waste Management
- Lot 15f - IT and Asset Disposal. 15f - IT and Asset Disposal
- Lot 16 - Miscellaneous & Workplace FM Services. 16 - Miscellaneous & Workplace FM Services
- Lot 17 - Statutory Obligations. 17 - Statutory Obligations
- Lot 18 - Maintenance Services. 18 - Maintenance Services
- Lot 19 - Bundled Services. 19 - Bundled Services
- Lot 20 - Managing Agent. 20 - Managing Agent
- Lot 21a Total Facilities Management (TFM) / Strategic Systems Integrator (SSI). 21a Total Facilities Management (TFM) / Strategic Systems Integrator (SSI)
- Lot 21b Total Soft FM. 21b Total Soft FM
- Lot 22c Total Hard FM. 21c Total Hard FM
- Lot 22 - FM Consultancy Solutions and Advisory Service (“FM Consultancy”). 22 - FM Consultancy Solutions and Advisory Service (“FM Consultancy”)
- Lot 23 - Technological solutions. 23 - Technological solutions
Section one: Contracting authority
one.1) Name and addresses
HealthTrust Europe LLP (HTE) acting on behalf of Mid and South Essex NHS Foundation Trust ("MSE")
19 George Road
Edgbaston, Birmingham
B15 1NU
Telephone
+44 08458875000
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://healthtrusteurope.bravosolution.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://healthtrusteurope.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://healthtrusteurope.bravosolution.co.uk
Tenders or requests to participate must be submitted to the above-mentioned address
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
Framework Agreement for the Supply of Facilities Management and Associated Services
Reference number
SF053036
two.1.2) Main CPV code
- 79993100 - Facilities management services
two.1.3) Type of contract
Services
two.1.4) Short description
This Framework is intended to satisfy the requirements of all public sector bodies, and specific private sector organisations who are required to utilise the Public Contract Regulations 2015 (as amended) for their procurement of Facilities Management (FM) solutions including all premarket consultancy and design, specification creation, hard FM requirements, soft FM requirements, service, support and any other requirements necessary for successful implementation and delivery.
The Framework Agreement will be split in Lots based on FM Service, to include:
1 Cleaning Services
2 Car Park Management
3 EV Charging Points
4 Catering
5 Furniture and Management Services
6 Grounds Maintenance/Horticultural Services
7 Repairperson Services
8 Helpdesk Services
9 Linen and Laundry
10 Reusable Theatre textiles
11 Pest Control
12 Portering services
13 Reception Services
14 Security Services
15a Domestic Waste / General Waste
15b Confidential Waste
15c Clinical Waste
15d Reusable Sharps
15e Total Waste Management
15f IT and Asset Disposal
16 Miscellaneous & Workplace FM Services
17 Statutory Obligations
18 Maintenance Services
19 Bundled Services
20 Managing Agent
21a Total Facilities Management (TFM) / Strategic Systems Integrator (SSI)
21b Total Soft FM
21c Total Hard FM
22 FM Consultancy Services
23 Technological solutions
Supplier can bid for as many Lots as they choose to cover the services provided. Suppliers should only bid for those Lots that the Supplier would provide in their own right or via a sub-contracting arrangement and not as part of another services. For example if a Supplier would only provide a Cleaning Service as part of a Bundled Service, they should bid for the Bundles Service only - however should be aware that the specifications for those Lots would apply should they be awarded.
The duration of the Agreement will be 4 years maximum; 3 years initial period with the option of extending for up to 12 months.
two.1.5) Estimated total value
Value excluding VAT: £1,000,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 30
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lots 1 - 18, 22 and 23
two.2) Description
two.2.1) Title
1 - Cleaning Services
Lot No
1 - Cleaning Services
two.2.2) Additional CPV code(s)
- 79993100 - Facilities management services
- 90910000 - Cleaning services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Cleaning services which are supplied in accordance to the NHS/Government Cleaning Standards (as amended from time to time) and that is predicated on good infection control practice for domestic and clinical areas, patient areas, internal and external window cleaning, bespoke one off cleans which are commonly described as high level cleaning which may require mechanical equipment such as ladders and cherry pickers, floor cleaning and associated cleaning and materials equipment to fulfil the cleaning role required and other services which may properly be described as Cleaning Services. Includes cleaning and catering materials such as bleach, hand gels, antibacterial spray, wipes; Personal Protective Equipment (PPE) including protective clothing, helmets, goggles, gloves, aprons or other garments or equipment designed to protect the wearer's body from injury and equipment associated with cleaning a specified area within the Participating Authorities required specification such as floor cleaners and ladders and other services which may properly be described as janitorial consumables.
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
Yes
Description of renewals
Option to extend for a period of 12 months
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a period of 12 months
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
2 - Car Park Management
Lot No
2 - Car Park Management
two.2.2) Additional CPV code(s)
- 98351000 - Car park management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Includes:
• A system which helps people to manage their parking;
• Revenue collection and accounting and complaint processing;
• Machine or solution to allow users to securely pre-pay for parking where it is a requirement;
• Machine or solution to allow users to securely pay for parking once their session has ended where it is a requirement;
• Technology that uses optical character recognition on images to read vehicle registration plates to create vehicle location data and vehicle type;
• Tariff boards, disclaimer statement, general signs at the entrance indicating details of the scheme; and
• Barrier Control Maintenance.
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
Yes
Description of renewals
Option to extend for a period of 12 months
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a period of 12 months
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
3 - EV Charging Points
Lot No
3 - EV Charging Points
two.2.2) Additional CPV code(s)
- 31610000 - Electrical equipment for engines and vehicles
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Includes the supply, fit and maintenance of Electronic Vehicle Charging points within a Participating Authority’s sites.
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
Yes
Description of renewals
Option to extend for a period of 12 months
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a period of 12 months
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
4 - Catering
Lot No
4 - Catering
two.2.2) Additional CPV code(s)
- 79993100 - Facilities management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The provision of hot and cold food and beverages, and healthy food and drink provisions which are supplied in the form of canteen services for visitors, staff and patients, patient meals which are prepared both on site and off site as ready prepared meals, management of the retail areas for food and drink as an income generator (based on turnover generated) for the contracting authority or lease of retail space by a food and drink franchise. Catering services will also include water coolers, water bottles, water dispensers and filtration devices, the supply and maintenance of vending machines and replenishment of hot and cold food and drinks. In addition, catering equipment which includes cookers, microwaves, grills, sinks, taps, refrigeration and freezer appliances, kettles, toasters, kitchen utensils, cutlery, crockery and saucepans and other equipment and such other services and supplies which may properly be described as Catering Services.
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
Yes
Description of renewals
Option to extend for a period of 12 months
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a period of 12 months
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
5 - Furniture and Management Services
Lot No
5 - Furniture and Management Services
two.2.2) Additional CPV code(s)
- 79993100 - Facilities management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Includes services:
• Which are described as building or room portfolio management and advice to include services such as non-clinical patient facilities including patient waiting rooms, discharge lounges, patient and staff dining rooms, offices and office associated furniture and bathroom facilities and other services which maybe commonly described as Room or Space Management;
• management of a range of residential accommodation for student/nursing/doctors which would require the facilities management services. In addition management of appropriate short terms and long terms bookings/leasing including transfer of cash manually and electronically and other services which may properly be described as Accommodation Management Services; and
• Management of non-food related retail leases for income generation (based on turnover generated), gain share or room lease for franchises and other private and charitable organisations which may include clothes, news agents, gifts shops and charity shops and other organisations which operate as non-food related retail leases.
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
Yes
Description of renewals
Option to extend for a period of 12 months
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a period of 12 months
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
6 - Grounds Maintenance/Horticultural Services
Lot No
6 - Grounds Maintenance/Horticultural Services
two.2.2) Additional CPV code(s)
- 77314000 - Grounds maintenance services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Includes services which are commonly described as advice, maintaining and replanting of Participating Authorities landscapes including supply and maintenance of internal and external planting, grass cutting, boarders and shrubberies, road and pavement sweeping, litter clearance, supply and decoration of Christmas trees, leaf clearance, weed treatment, tree surgery, hedge cutting and laying, insect control, snow clearance and gritting of roads, pavements and car parks and other services which may properly described as grounds maintenance.
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
Yes
Description of renewals
Option to extend for a period of 12 months
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a period of 12 months
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
7 - Repairperson Services
Lot No
7 - Repairperson Services
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Shall have general expertise in the wide range of maintenance and repair requests that are likely to be demanded of this Repairperson Service.
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
Yes
Description of renewals
Option to extend for a period of 12 months
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a period of 12 months
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
8 - Helpdesk Services
Lot No
8 - Helpdesk Services
two.2.2) Additional CPV code(s)
- 72253000 - Helpdesk and support services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Supervised helpdesk Service linked to the computer aided facilities management (CAFM) System for all FM related Service requests and fault reporting, twenty four (24) hours per day 365 days per year.
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
Yes
Description of renewals
Option to extend for a period of 12 months
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a period of 12 months
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
9- Linen and Laundry
Lot No
9- Linen and Laundry
two.2.2) Additional CPV code(s)
- 98311100 - Laundry-management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Includes transport of used/infected linen and clean laundered linen, storage and sorted in accordance with regulations along with the wash and return and reusable theatre barrier textiles. Supply and/or hire of linen and wash and return which items are commonly described as bedding, gowns, towels, tunics, uniform, and clothing for infants, juniors and adults and other services which maybe commonly described as Lining and Laundering Services.
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
Yes
Description of renewals
Option to extend for a period of 12 months
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a period of 12 months
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
10 - Reusable Theatre textiles
Lot No
10 - Reusable Theatre textiles
two.2.2) Additional CPV code(s)
- 98311100 - Laundry-management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Includes supply, wash and return of reusable theatre barrier textiles.
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
Yes
Description of renewals
Option to extend for a period of 12 months
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a period of 12 months
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
11 - Pest Control
Lot No
11 - Pest Control
two.2.2) Additional CPV code(s)
- 90922000 - Pest-control services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Includes routine inspection, pest eradication, prevention of infestation and vermin control including the provision of materials such as poison, traps, appliances. Such pest control and disposal services are to be carried out inside and outside of any of the Participating Authority’s occupied and unoccupied buildings, offices, hospital wards, outhouses, mortuaries, waste yards and kitchen areas and other services which maybe commonly described as Pest Control.
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
Yes
Description of renewals
Option to extend for a period of 12 months
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a period of 12 months
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
12 - Portering services
Lot No
12 - Portering services
two.2.2) Additional CPV code(s)
- 98341120 - Portering services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Services which are commonly described as a varied and supportive function incorporating roles such as internal logistics and general manual labour services such as patient transfer, movement of patient records, post, waste management, linen and laundry, maintaining stock and replenishment of supplies and other services which may properly be described as Portering Services.
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
Yes
Description of renewals
Option to extend for a period of 12 months
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a period of 12 months
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
13 - Reception Services
Lot No
13 - Reception Services
two.2.2) Additional CPV code(s)
- 79992000 - Reception services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Includes front of house services, manned meeting and greeting of internal and external visitors, a manned switchboard, receiving and transferring of telephone and email communications along with travel coordination such as booking rail, taxis, airfares; scheduling of meetings and arranging hospitality in the form of catering services as set out above. In addition appropriate software and/or hardware may be required to support this service offering or the provision of a standalone product which may form an automated answer service and call transfer system. Additional administrative duties may be required of this service provision such as meeting minute taking, transcription services, letter writing and use of excel spread sheets (and Microsoft office generally), meeting room booking and other services which may properly be described as Reception Services.
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
Yes
Description of renewals
Option to extend for a period of 12 months
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a period of 12 months
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
14 - Security Services
Lot No
14 - Security Services
two.2.2) Additional CPV code(s)
- 79710000 - Security services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Include manned guarding services (monitoring and patrol of, Participating Authorities premises and surrounding area), corporate services front of house/reception duties), switchboard, mailroom, postman and portering services, response and remote (CCTV/alarm monitoring and response), car park management, car parking security systems, electronic security systems installations and maintenance (CCTV, intruder, fire and access control), electronic security systems maintenance (CCTV, intruder, fire and access control), lone worker protection and monitoring cash collection and transfer and other services which may properly be described as Security Services.
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
Yes
Description of renewals
Option to extend for a period of 12 months
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a period of 12 months
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
15a - Domestic Waste / General Waste
Lot No
15a - Domestic Waste / General Waste
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The collection, transportation, disposal and recycling of domestic, general and miscellaneous waste (mixed municipal waste from healthcare and related sources that is the same as, or similar to, black-bag domestic waste from domestic households), may also include food waste, non-hazardous waste and offensive/hygiene waste; to include:
• General waste
• Recycling (for glass, metal, cardboard, plastics and similar recyclable waste systems where necessary)
• Food waste
• Waste Electrical and Electronic Equipment (WEEE) recycling
• Bulk waste
Could also include a provision for a compactor.
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
Yes
Description of renewals
Option to extend for a period of 12 months
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a period of 12 months
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
15b - Confidential Waste
Lot No
15b - Confidential Waste
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The storage, collection and final disposal of confidential waste. This includes (but is not exclusive to) the following; confidential waste paper, carbon paper, coloured paper, computer paper, fax paper, glossy paper, invoice paper, laser printouts, ledger paper, general stationary, NCR paper, transparencies and also other confidential non-paper items such as x-rays and imaging reports. Waste minimisation and incorporated recycling systems as well as on-site and off-site shredding services are also included.
The supplier must be able to carry out a start to end process of the collection and destruction of confidential waste compliantly and securely.
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
Yes
Description of renewals
Option to extend for a period of 12 months
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a period of 12 months
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
15c - Clinical Waste
Lot No
15c - Clinical Waste
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The collection, transportation and disposal of clinical waste, including but not limited to: healthcare waste, infectious waste, pathological waste, pharmaceutical waste, offensive/hygiene waste, hazardous and non-hazardous healthcare waste. The supply of sharps containers will also be included.
Clinical Waste is defined as:
a. “…any waste which consists wholly or partly of human or animal tissue, blood or other body fluids, excretions, drugs or other pharmaceutical products, swabs or dressings, syringes, needles or other sharp instruments, being waste which unless rendered safe, may prove hazardous to any person coming into contact with it; and
b. any other waste arising from medical, nursing, dental, veterinary, pharmaceutical or similar practice, investigation, treatment, care, teaching or research, or the collection of blood for transfusion, being waste which may cause infection to any person coming into contact with it.”
(Clauses 4.7 and 4.8, Environment and Sustainability Health Technical Memorandum 07-01: Safe management of healthcare waste.)
Clinical Waste will be described within the following categories:
• Hazardous Waste
• Pharmaceutical Waste
• Sharps Waste
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
Yes
Description of renewals
Option to extend for a period of 12 months
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a period of 12 months
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
15d - Reusable Sharps and Clinical Waste Containers
Lot No
15d - Reusable Sharps and Clinical Waste Containers
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The storage, collection, treatment and return of sharps containers and clinical waste containers generated by the Participating Authority. Used containers are treated and reassembled in order to be re-used.
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
Yes
Description of renewals
Option to extend for a period of 12 months
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a period of 12 months
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
15e - Total Waste Management
Lot No
15e - Total Waste Management
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Includes supply, and management of bins, skips, compactors and training in relation to waste segregation. In addition, waste management services include the supply, management, transportation and disposal of waste streams including domestic waste, hazardous waste, clinical waste including sharps, medical sharps disposal, (single and/or reusable containers), feminine hygiene and washroom services, confidential waste disposal and destruction, IT Equipment disposal and destruction, food waste disposal, metals disposal and recycling, including single use instruments as a Total Waste Management Managed Service and other services which maybe commonly described as Waste Management.
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
Yes
Description of renewals
Option to extend for a period of 12 months
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a period of 12 months
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
15f - IT and Asset Disposal
Lot No
15f - IT and Asset Disposal
two.2.2) Additional CPV code(s)
- 90510000 - Refuse disposal and treatment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Safe and secure disposal of IT equipment and other assets including the removal of all data including personal data. Assets may be data bearing or non-data bearing.
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
Yes
Description of renewals
Option to extend for a period of 12 months
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a period of 12 months
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
16 - Miscellaneous & Workplace FM Services
Lot No
16 - Miscellaneous & Workplace FM Services
two.2.2) Additional CPV code(s)
- 79993100 - Facilities management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Where the Supplier provides a FM Service which sit out the category specific Lots of this Framework Agreement these can provided with this Lot “Miscellaneous and Workplace FM Services”. The Services shall consist of the Supplier providing a FM Service which may include but not be limited to the following:
• Signage
• Cable Management
• Stores Management
• Childcare facility
• Sports and leisure
• Driver and Vehicle Service
• First aid and medical service
• Flag flying service
• Journal, magazine and newspaper supply
• Hairdressing Services
• Footwear cobbling Services
• Provision of chaplaincy support Services
• Housing and residential accommodation management
• Furniture Reuse and Refurb
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
Yes
Description of renewals
Option to extend for a period of 12 months
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a period of 12 months
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
17 - Statutory Obligations
Lot No
17 - Statutory Obligations
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Includes the inspection, maintenance, assessment and repair of:
• Fire systems
• Electrical systems
• Gas systems
• Water systems to include legionella risk assessments;
• Asbestos management and the removal of asbestos;
• Air conditioning systems
To ensure they meet the statutory requirements.
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
Yes
Description of renewals
Option to extend for a period of 12 months
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a period of 12 months
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
18 - Maintenance Services
Lot No
18 - Maintenance Services
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Services shall consist of the Supplier providing a Maintenance Service in regards to the Supplier providing the following:
• Planned Preventative Maintenance
• Reactive/Corrective Maintenance
For a range of equipment as required by the Participating Authority.
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
Yes
Description of renewals
Option to extend for a period of 12 months
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a period of 12 months
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
19 - Bundled Services
Lot No
19 - Bundled Services
two.2.2) Additional CPV code(s)
- 79993100 - Facilities management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Shall include the services where one supplier will manage two or more FM services for the Participating Authority, for example Catering and Cleaning Services or Reception Services and Security. There is no limited on which services or number of services can be provided as a bundled services
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
Yes
Description of renewals
Option to extend for a period of 12 months
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a period of 12 months
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
20 - Managing Agent
Lot No
20 - Managing Agent
two.2.2) Additional CPV code(s)
- 79993100 - Facilities management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Supplier monitors and manages the Participating Authority’s outsourced FM contracts whilst the Participating Authority remains responsible for the procurement and payment of the supply chain. The Managing Agent is responsible for managing the process and performance of the supply chain through a CAFM system, providing performance and data analytics to the Participating Authority to assist in benchmarking spend and performance across the supply chain.
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
Yes
Description of renewals
Option to extend for a period of 12 months
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a period of 12 months
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
21a Total Facilities Management (TFM) / Strategic Systems Integrator (SSI)
Lot No
21a Total Facilities Management (TFM) / Strategic Systems Integrator (SSI)
two.2.2) Additional CPV code(s)
- 79993100 - Facilities management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The facilities management operation is outsourced to a single FM provider on a total FM service to include hard FM and soft FM. The supplier may provide the bundled services on a self-delivery model or sub-contract basis. All the responsibility and the risks associated with FM service provision is placed into the hands of one supplier.
SSI is a more mature version of the Total Facilities Management model whereby the Supplier sits between the Participating Authority and the supply chain providing an impartial view on supplier’s performance, finance and cost control, with a strategic approach to the entire estate focusing on solutions and using technology to determine the service requirements.
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
Yes
Description of renewals
Option to extend for a period of 12 months
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a period of 12 months
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
21b Total Soft FM
Lot No
21b Total Soft FM
two.2.2) Additional CPV code(s)
- 79993100 - Facilities management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The facilities management operation is outsourced to a single FM provider to provide all soft FM services. The supplier may provide the bundled services on a self-delivery model or sub-contract basis. All the responsibility and the risks associated with FM service provision is placed into the hands of one supplier.
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
Yes
Description of renewals
Option to extend for a period of 12 months
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a period of 12 months
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
21c Total Hard FM
Lot No
22c Total Hard FM
two.2.2) Additional CPV code(s)
- 79993100 - Facilities management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The facilities management operation is outsourced to a single FM provider to provide all hard FM services. The supplier may provide the bundled services on a self-delivery model or sub-contract basis. All the responsibility and the risks associated with FM service provision is placed into the hands of one supplier.
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
Yes
Description of renewals
Option to extend for a period of 12 months
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a period of 12 months
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
22 - FM Consultancy Solutions and Advisory Service (“FM Consultancy”)
Lot No
22 - FM Consultancy Solutions and Advisory Service (“FM Consultancy”)
two.2.2) Additional CPV code(s)
- 71315210 - Building services consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Includes consultancy services for: Architectural Services, Project Management, Civil and Structural Engineering, Quantity Surveyor, MEP Services, Principal Designer Services, Building Surveyor, Health and Safety, Environmental Consultants (incl. BREEAM), Energy Efficiency and Associated Products, Fire Safety, Ancillary Services (incl. Multidisciplinary Team). Also includes audit services which includes a review of all assets within a new or existing building, documentation information in respect of equipment protocols, policies, benchmarking and future assessment. Ability to report on condition of assets and their compliance to relevant regulations.
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
Yes
Description of renewals
Option to extend for a period of 12 months
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a period of 12 months
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
23 - Technological solutions
Lot No
23 - Technological solutions
two.2.2) Additional CPV code(s)
- 48420000 - Facilities management software package and software package suite
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Technological solutions to assist in FM services, which may include but not limited to:
• Building Management Systems;
• Corrective, forecasted and compliance maintenance tools;
• Job handling tools;
• Remote monitoring services;
• Cloud Based Services;
• Computer-Aided Facilities Management (CAFM);
• Software as a Service;
• Asset Management;
• Preventive maintenance schedules.
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
Yes
Description of renewals
Option to extend for a period of 12 months
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a period of 12 months
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
List and brief description of selection criteria
HTE may request such information as may be requested pursuant to Regulation 58 of the Public Contracts Regulations 2015. Details are provided in the Pre-Qualification Questionnaire.
three.1.3) Technical and professional ability
List and brief description of selection criteria
HTE may request such information as may be requested pursuant to Regulation 58 of the Public Contracts Regulations 2015. Details are provided in the Pre-Qualification Questionnaire.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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
four.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction
The Participating Authority may want to use electronic auction in accordance with Reg 35. Further details to be in the ITT.
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-026193
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
2 May 2023
Local time
4:00pm
Changed to:
Date
15 May 2023
Local time
12:00pm
See the change notice.
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
5 June 2023
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: 3 (from the date stated for receipt of tender)
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
Electronic workflows will be agreed with the Participating Authority at Call-off award stage.
HTE is undertaking central purchasing body activities in carrying out this tender exercise by virtue of its partnership with MSE. Notwithstanding HTE's relationship with MSE, it is HTE conducting this tender exercise and all enquiries should be directed to HTE as confirmed in Section 1 above.
MSE and not HTE will execute the resultant framework agreement with successful bidders.
The bodies to whom the use of this Agreement will be open include all contracting authorities in the UK as defined in Regulation 2 of the Public Contracts Regulations 2015 as may be updated from time to time. In particular, the following entities in the UK (particularly those of a health and/or social care nature) are envisaged as Agreement users: Public sector classification guide and forward work plan - Office for National Statistics (ons.gov.uk).
To view the list use the downloadable spreadsheet. This list includes each organisation’s successors and assigns, any equivalent organisations and associated organisation created due to any organisational changes.
This Agreement will be open to any bodies or organisations operating in the UK of a health, and/or social care nature or which have a similar procurement need, and/or any UK based central government authority listed at Annex I of Directive 2014/24/EU, in respect of any goods or services to any of the above listed organization.
six.4) Procedures for review
six.4.1) Review body
Legal Department
19 George Road
Birmingham
B15 1NU
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
HTE will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.