Tender

MEH&UCL Relocation Services

  • MOORFIELDS EYE HOSPITAL NHS FOUNDATION TRUST

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

Notice identifier: 2026/S 000-021545

Procurement identifier (OCID): ocds-h6vhtk-05f303 (view related notices)

Published 10 March 2026, 5:39pm



Scope

Description

This procurement is being conducted by Moorfields Eye Hospital NHS Foundation Trust ("MEH") in accordance with the Procurement Act 2023. University College London (acting through its Institute of

Ophthalmology) ("UCL IoO") is participating in this procurement.

The intention is to appoint a single supplier to deliver relocation services for both organisations. At the conclusion of the procurement process, MEH and UCL IoO each intend to enter into separate contractual arrangements with the successful Tenderer.

MEH and UCL IoO are seeking to appoint a suitably experienced supplier to provide relocation services in support of the planned relocation of clinical, research, laboratory and administrative services from existing sites to a new integrated centre.

The contract scope will include the coordinated planning, management and delivery of relocation and decanting activities for hospital clinical services and laboratory services and associated assets. This will include specialist equipment, fridges and freezers, chemicals, wet laboratory items including biological samples, information technology equipment and general administrative facilities.

The appointed supplier will be required to deliver a safe, controlled and sequenced move approach that

maintains service continuity and manages the constraints and risks associated with clinical service

operations and laboratory environments.

Existing sites include:

Moorfields Eye Hospital NHS

Foundation Trust, 162 City Road,

London EC1V 2PD (and associated

satellite buildings); and

University College London Institute of

Ophthalmology, 11-43 Bath Street,

London EC1V 9EL.

The new integrated centre ("Oriel") is located at:

4 St Pancras Way, London NW1 0QG.

The Contracting Authority is utilising an electronic Tendering system ("E-Tendering Portal") to manage this Contract Opportunity and communicate with Tenderers. Accordingly, there will be no hard copy documents issued to Tenderers and all communications with the Contracting Authority, including the submission of Tenders, will be conducted solely via the following link:

https://atamis-1928.my.site.com/s/Welcome (contract reference number "C422424")

For further assistance or specific queries, you can contact the helpdesk via the online Help Centre at:

Phone: +44 (0) 800 098 8201

Email: support-health@atamis.co.uk

Supplier Portal User Guide: https://sp-user-guide.refined.site/space/SPUG

A detailed description of the requirements of the participating bodies, including the procurement process, award criteria, technical specifications and goods/works/services to be provided, is contained in the associated tender documentation available at the above link, in particular the document titled Instructions and Guidance to Tenderers.

Total value (estimated)

  • £1,250,000 excluding VAT
  • £1,500,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 15 July 2026 to 14 October 2027
  • 1 year, 3 months

Main procurement category

Services

CPV classifications

  • 98392000 - Relocation services

Contract locations

  • UKI - London

Participation

Legal and financial capacity conditions of participation

Tenderers will be required to demonstrate appropriate financial standing and economic capacity to perform the Contract. This will include provision of financial information and confirmation that there are no applicable mandatory or discretionary exclusion grounds under Schedules 6 and 7 of the Procurement Act 2023.

Technical ability conditions of participation

Tenderers will be required to demonstrate relevant technical and professional ability at Stage 1 through completion of a Supplier Information Questionnaire. This will include evidence of experience in delivering complex healthcare and/or laboratory relocation projects, including management of clinical environments, specialist equipment, hazardous and temperature-controlled materials, and multi-stakeholder operational settings.

The Conditions of Participation will be scored and the four (4) highest-ranked Tenderers will be invited to submit a Tender.


Submission

Enquiry deadline

8 April 2026, 10:00am

Submission type

Requests to participate

Deadline for requests to participate

8 April 2026, 10:00am

Submission address and any special instructions

The Authority will be using the Atamis E-Tendering Portal to conduct the procurement process ("E-Tendering Portal").

The E-Tendering Portal can be accessed at https://atamis-1928.my.site.com/s/Welcome

All communications (including submission of Conditions of Participation and Tenders)

should be carried out via the E-Tendering Portal.

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Suppliers to be invited to tender

Maximum 4 suppliers

Selection criteria:

Pass / Fail questions and Scored Questions

Award decision date (estimated)

22 June 2026


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Technical Quality

Technical Quality, including:

- Move Methodology

- Project Plan

- Resource Schedule

- Risk Management

- Specialist Medical Equipment and OEM Management

- Asset Tracking and Validation

Quality 60%
Commercial (Price)

Further detail of the evaluation methodology is set out in the procurement documents.

Cost 30%
Social Value

Social Value, including:

- Sustainability

- Workforce, Skills and Fair Work

Quality 10%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

This procurement is being conducted by Moorfields Eye Hospital NHS Foundation Trust as a Competitive Flexible Procedure in accordance with section 20 of the Procurement Act 2023 for the award of a public contract.

University College London (acting through its Institute of Ophthalmology) is participating in this procurement. At the conclusion of the process, MEH and UCL IoO each intend to enter into separate contractual arrangements with the successful Tenderer.

This will be a two (2) stage process:

Stage 1:

Submission by each Tenderer of a response to the Supplier Information Questionnaire 1 (to be scored for shortlisting the four (4) highest-ranked tenderers that will be selected to progress to Stage 2) and the assessment of each such Supplier Information Questionnaire submission received by the Contracting Authority in accordance with this ITT Pack.

The Conditions of Participation will be scored and applying the selection criteria set out in Section 4 (Selection and Tender Assessment), the four (4) highest-ranked tenderers will be selected and invited to progress to the next stage of the tender process, which will include the Invitation to Tender (Stage 2); and

Stage 2:

Invitation by the Contracting Authority of all those Tenderers selected to participate further in this tender process to submit a Tender (following assessment of each Supplier Information Questionnaire submission) and the assessment of each Tender submission received by the Contracting Authority in accordance with this ITT Pack.

As part of Stage 2, the process will include:

• A mandatory site visit; and

• Tenderer presentations for clarification purposes (presentations will not be scored separately).

The procedure will not include negotiation.


Contracting authority

MOORFIELDS EYE HOSPITAL NHS FOUNDATION TRUST

  • Public Procurement Organisation Number: PTPP-1281-DTGJ

162 City Road

London

EC1V 2PD

United Kingdom

Contact name: Partners Procurement Service

Email: rf.ppstenders@nhs.net

Region: UKI43 - Haringey and Islington

Organisation type: Public authority - sub-central government