Contract

Quality Trusted Solutions (QTS) Find a Tender Service Minor Works Framework - Lot 1 Minor Works

  • Quality Trusted Solutions LLP

F03: Contract award notice

Notice identifier: 2023/S 000-027292

Procurement identifier (OCID): ocds-h6vhtk-0373e8

Published 15 September 2023, 10:29am



Section one: Contracting authority

one.1) Name and addresses

Quality Trusted Solutions LLP

First Floor, 350 Euston Road

London

NW1 3AX

Email

Susan.Goss@curriebrown.com

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

http://qts-llp.co.uk/

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA0441

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

Quality Trusted Solutions (QTS) Find a Tender Service Minor Works Framework - Lot 1 Minor Works

Reference number

CB/501355

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

This Minor Works Contractor Framework will include the following disciplines to facilitate the delivery of Quality Trusted Solutions LLP's (QTS's) property maintenance and minor works requirements over the framework's 4-year term:

* Lot 1 Minor Works [subject of this Find a Tender Service_Contract Award Notice on MyTenders (Reference: CB/501355)]

* Lot 2 Painting & Decorations [see separate Contracts Finder_Contract Award Notice on MyTenders (Reference: CB/501355)]

* Lot 3 Flooring [see separate Contracts Finder_Contract Award Notice on MyTenders (Reference: CB/501355)]

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £100,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 45111100 - Demolition work
  • 45262500 - Masonry and bricklaying work
  • 44112300 - Partitions
  • 45430000 - Floor and wall covering work
  • 45442100 - Painting work
  • 45262321 - Floor-screed works
  • 45421100 - Installation of doors and windows and related components
  • 45420000 - Joinery and carpentry installation work
  • 45232460 - Sanitary works
  • 45232452 - Drainage works
  • 45112700 - Landscaping work
  • 45340000 - Fencing, railing and safety equipment installation work

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)

two.2.4) Description of the procurement

QTS are seeking a collaborative approach to the framework which is centred on a partnering ethos. Therefore, QTS wishes to establish a Framework Agreement for a period of four (4) years for minor works contractors who can deliver the required services for the varied programme. This lot will be the delivery vehicle for any minor capital works required by QTS for ongoing refurbishment, remodelling and maintenance.

For the Lot 1 Minor Works specification see Appendix C – Specification.

QTS envisage this lot will have a cumulative fee value of circa GBP 25m per annum over the 4-year term of the framework (circa GBP 100m in total).

These projects are diverse but can include legislative compliance works, M&E improvements, decoration, refurbishment etc.

It is expected that, where appropriate, works will be compliant with the Care Quality Commission Regulations 2009.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Cost criterion - Name: Cost / Weighting: 70

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

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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: 2022/S 000-028252


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 August 2023

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

GD Construction

Unit 4 Spring Valley Business Centre, Porters Wood

St Albans Herts

AL3 6PD

Telephone

+44 7803950364

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Thomas Sinden Ltd

137-145 Church Road, Harold Wood

Romford

RM3 0SH

Telephone

+44 1708335350

Fax

+44 1708335351

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £100,000,000


Section six. Complementary information

six.3) Additional information

Please note the agreed commencement of services date for the Lot 1 Minor Works framework agreement is 1st April 2023.

Participating Authorities

The following Contracting Authorities are entitled to place Orders:

* Central and North West London NHS Trust (CNWL)

* National Health Service (NHS) bodies in London and the Home Counties, including but not limited to:

‒ (i) Acute trusts (as listed at: http://www.nhs.uk/servicedirectories/pages/acutetrustlisting.aspx);

‒ (ii) Health and care trusts (as listed at: http://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx);

‒ (iii) Mental health trusts (as listed at: http://www.nhs.uk/ServiceDirectories/Pages/MentalHealthTrustListing.aspx);

‒ (iv) Clinical commissioning groups (as listed at: http://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx);

‒ (v) Ambulance trusts (as listed at: http://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx);

‒ (vi) Area teams (as listed at: http://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx);

‒ (vii) Special health authorities (http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx);

* Social enterprises undertaking some or all of the previous service provider functions of contracting authorities in relation to health and/or social care services;

* Any existing or future established Integrated Care Systems, bringing together CCGs/provider groups to bring together packages of healthcare.

For the avoidance of doubt, any successor bodies of any of the above entities shall be entitled to place Orders and shall be deemed Participating Authorities for the purposes of this Framework Agreement.

Applicants should note that, under the Framework Agreement, no organisation that is entitled to call off shall be under any obligation to do so neither does the NHS trust in question have the automatic right to do so without direct permission from QTS / Central and North West London NHS Foundation Trust.

(MT Ref:230169)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit