Opportunity

South West London and St George's Mental Health NHS Trust Soft FM Services

  • South West London and St George's Mental Health NHS Trust

F02: Contract notice

Notice reference: 2024/S 000-011917

Published 12 April 2024, 10:35am



Section one: Contracting authority

one.1) Name and addresses

South West London and St George's Mental Health NHS Trust

Trinity Building, Springfield University Hospital, 15 Springfield Drive

London

SW17 0YF

Contact

Chris Gerlach, Soft FM Manager

Email

chris.gerlach@swlstg.nhs.uk

Country

United Kingdom

NUTS code

UKI63 - Merton, Kingston upon Thames and Sutton

Internet address(es)

Main address

https://www.swlstg-tr.nhs.uk/

Buyer's address

https://www.swlstg-tr.nhs.uk/

one.3) Communication

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

https://health-family.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://health-family.force.com/s/Welcome

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://health-family.force.com/s/Welcome

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

South West London and St George's Mental Health NHS Trust Soft FM Services

Reference number

C166838

two.1.2) Main CPV code

  • 79993100 - Facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

South West London and St George’s Mental Health NHS Trust (the "Authority") is issuing this tender in connection with the competitive procurement of Provision of Soft Facilities Management (FM) Services.

South West London and St George’s Mental Health NHS Trust is currently going through a period of investment and regeneration through their ‘Integrated Programme’ as new mental health facilities are developed across Wandsworth, Richmond and Kingston.

The Authority drives innovation in the world of mental health and is seeking to enable the same spirit within the delivery of soft facilities across the Authority headquarters and community sites. The Authority requires a supplier who will proactively seek out and drive innovative solutions in the delivery of the in-scope services, throughout the life of the contract.

The purpose of this procurement process is to identify a provider that can provide a professional Cleaning/Domestic Service at both hospital and community sites and a Patient Dining and Hospitality Service at both hospitals.

The duration of the contract will be for five (5) years with the option to extend for a further two (2) twelve (12) month periods.

The procurement process will be carried out in accordance with the Competitive Dialogue Procedure under the Public Contracts Regulations 2015 ("PCR").

Bidders should note that TUPE will be applicable to the contract proposed above. The relevant data will be issued to bidders at the ISOS stage upon receipt of a signed Non-Disclosure Agreement.

To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.

two.1.5) Estimated total value

Value excluding VAT: £47,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79993100 - Facilities management services
  • 85100000 - Health services
  • 55520000 - Catering services
  • 90910000 - Cleaning services

two.2.3) Place of performance

NUTS codes
  • UKI63 - Merton, Kingston upon Thames and Sutton

two.2.4) Description of the procurement

South West London and St George’s Mental Health NHS Trust (the "Authority") is issuing this tender in connection with the competitive procurement of Provision of Soft Facilities Management (FM) Services.

South West London and St George’s Mental Health NHS Trust is currently going through a period of investment and regeneration through their ‘Integrated Programme’ as new mental health facilities are developed across Wandsworth, Richmond and Kingston.

In December 2022 the brand new Trinity building opened to patients at Springfield and the new Shaftesbury building is due to follow later in 2023 - with further estate developments planned up to 2026. The new buildings will form one part of a new ‘Springfield Village’ as the Trust’s headquarters.

The Authority recognises the role it plays in each service users’ journey from them accessing services to potentially becoming part of the Authority in some way. The Authority is looking for a supplier who understands this role and can work in partnership with the Authority to continue to support patient journeys in this way.

The Authority drives innovation in the world of mental health and is seeking to enable the same spirit within the delivery of soft facilities across the Authority headquarters and community sites. The Authority requires a supplier who will proactively seek out and drive innovative solutions in the delivery of the in-scope services, throughout the life of the contract.

The Authority wishes to conduct a compliant competitive tender process with good market participation that delivers the best outcome for patients and staff.

The Authority requires a value for money contract equipped with the right contract levers and Key Performance Indicators (KPIs) to enable ongoing effective contract management.

The contract must be aligned to the Authority’s strategic ambitions of making the Authority a great place to work and ensuring sustainability through the services within this contract. Within sustainability, there are key themes to be addressed in relation to achieving the Authority net zero carbon commitment, tacking climate change and contributing to social value in the local community. Similarly tackling economic inequality and modern slavery are key considerations for resource intensive services of this type.

The purpose of this procurement process is to identify a provider that can provide a professional Cleaning/Domestic Service at both hospitals and community sites and a Patient Dining and Hospitality Service at both hospitals.

The duration of the contract will be for five (5) years with the option to extend for a further two (2) twelve (12) month periods.

The procurement process will be carried out in accordance with the Competitive Dialogue Procedure under the Public Contracts Regulations 2015 ("PCR").

Bidders should note that TUPE will be applicable to the contract proposed above. The relevant data will be issued to bidders at the ISOS stage upon receipt of a signed Non-Disclosure Agreement.

To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60.00%

Quality criterion - Name: Social Value / Weighting: 10.00%

Cost criterion - Name: Commercial / Weighting: 30.00%

two.2.6) Estimated value

Value excluding VAT: £47,000,000

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

Start date

21 April 2025

End date

20 April 2030

This contract is subject to renewal

Yes

Description of renewals

Option to extend for a further two (2) twelve (12) month periods

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

Competitive dialogue

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

13 May 2024

Local time

10:00am

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

12 April 2024

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)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

The High Court

The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.judiciary.uk/courts-and-tribunals/high-court/