Future opportunity

Facilities Management Service Solutions

  • NHS London Procurement Partnership (Hosted by Guy's and St Thomas' NHS FT)

F01: Prior information notice (prior information only)

Notice reference: 2021/S 000-027935

Published 8 November 2021, 11:59am



Section one: Contracting authority

one.1) Name and addresses

NHS London Procurement Partnership (Hosted by Guy's and St Thomas' NHS FT)

200 Great Dover Street

London

SE1 4YB

Contact

Simon Williams

Email

Simon.Williams@lpp.nhs.uk

Country

United Kingdom

NUTS code

UKI44 - Lewisham and Southwark

Internet address(es)

Main address

https://www.lpp.nhs.uk/

Buyer's address

https://www.lpp.nhs.uk/

one.3) Communication

Additional information can be obtained from 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

http://health.atamis.co.uk

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

Facilities Management Service Solutions

Reference number

C52142

two.1.2) Main CPV code

  • 79993100 - Facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS London Procurement Partnership are preparing to develop a new Framework Agreement for the Provision of Facilities Management Service Solutions to replace the soon to expire Total Facilities Management Framework Agreement (April 2022)

two.1.5) Estimated total value

Value excluding VAT: £5,840,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 79993000 - Building and facilities management services
  • 50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery
  • 90910000 - Cleaning services
  • 90911000 - Accommodation, building and window cleaning services
  • 90911100 - Accommodation cleaning services
  • 50700000 - Repair and maintenance services of building installations
  • 79993000 - Building and facilities management services
  • 55510000 - Canteen services
  • 55511000 - Canteen and other restricted-clientele cafeteria services
  • 90521300 - Disposal of radioactive waste
  • 79993100 - Facilities management services
  • 55500000 - Canteen and catering services
  • 90911200 - Building-cleaning services
  • 90911300 - Window-cleaning services
  • 90922000 - Pest-control services
  • 55512000 - Canteen management services
  • 55520000 - Catering services
  • 98311000 - Laundry-collection services
  • 98311100 - Laundry-management services
  • 90919000 - Office, school and office equipment cleaning services
  • 98312000 - Textile-cleaning services
  • 90524100 - Clinical-waste collection services
  • 90510000 - Refuse disposal and treatment
  • 90919100 - Cleaning services of office equipment
  • 98310000 - Washing and dry-cleaning services
  • 90513300 - Refuse incineration services
  • 90919200 - Office cleaning services
  • 79711000 - Alarm-monitoring services
  • 79992000 - Reception services
  • 77314000 - Grounds maintenance services
  • 98311200 - Laundry-operation services
  • 75241000 - Public security services
  • 75100000 - Administration services
  • 90512000 - Refuse transport services
  • 90524000 - Medical waste services
  • 79710000 - Security services
  • 79713000 - Guard services
  • 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
  • 90521000 - Radioactive waste treatment services
  • 90521200 - Radioactive waste storage services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90500000 - Refuse and waste related services
  • 90521100 - Collection of radioactive waste
  • 90524400 - Collection, transport and disposal of hospital waste
  • 90511000 - Refuse collection services
  • 90521400 - Transport of radioactive waste

two.2.3) Place of performance

NUTS codes
  • UKI44 - Lewisham and Southwark
Main site or place of performance

SE1 4YB

two.2.4) Description of the procurement

NHS London Procurement Partnership are preparing to develop a new Framework Agreement for the provision of Facilities Management Service Solutions, to replace the soon to expire TotalFacilities Management Framework Agreement (April 2022).Please note that there are currently plans to issue a competition under the new framework to which this PIN refers, for the delivery of Hard FM services for Imperial College Healthcare NHS Trust in April 2022. Any suppliers interested in bidding for that contract should engage with the procurement of this framework to ensure they have a chance to do so.

two.2.14) Additional information

NHS LPP are looking for input from Facilities Management suppliers to inform their new Framework to ensure that it is fit for the next 4 years so it would be greatly appreciated if you could respond.

two.3) Estimated date of publication of contract notice

8 November 2021


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

six.3) Additional information

NHS London Procurement Partnership are preparing to develop a new Framework Agreement for the provision of Facilities Management Service Solutions, to replace the soon to expire Total Facilities Management Framework Agreement (April 2022).The current framework agreement has the following LOT breakdown, Lot 1 – Total Facilities Management Lot 2 – Hard Facilities Management Lot 3 – Soft Facilities Management (with optional Waste Management & Linen & Laundry Services)Lot 4 Cleaning Services (inc window, pest control Grounds Maintenance)Lot 5 Catering ServicesLot 6 Security Services (including option for integration with Security System Maintenance) Lot 7 – Portering Services NHS LPP are looking for input from Facilities Management suppliers to inform their new Framework to ensure that it is fit for the next 4 years so it would be greatly appreciated if you could respond to the following questions: 1. What do you see as the key issues for supply chain resilience in labour, materials and transportation that LPP should address in specifications and documentation? 2. Do you have a roadmap to reach net-zero greenhouse gas emissions in Facilities Management? If so how do you see this impacting specifications and service3. What are the latest innovations in the Facilities Management that that you feel should be reflected in specifications for these services to add value for contracting authorities? 4. As you may be aware there is a requirement for NHS tenders to include Social Value as a selection criterion from April 22, can you provide details on your Social Value capabilities so that we can include this in the framework. For reference, aspects of social value in existing contracts may be referred to in relation to the National Social Value Measurement Framework Themes, Outcomes, and Measures (TOMs)5. What do you see as the continual case for outsourcing of FM functions in light of the above and post the Covid pandemic, 6. How do you believe that FM providers can promote localisation through engagement with SMEs and other aspects of the local community?7. (Optional) Do you consider Total FM services with one lead supplier a viable route for the NHS and briefly summarise the key benefits and/or drawbacks. Suppliers can add any additional comments that they may have on the proposed lot structure, for example or any other matter.NHSLPP may require further clarification so would like to reserve the right to set up individual meetings with suppliers to further clarify points made.Please note that there are currently plans to issue a competition under the new framework to which this PIN refers, for the delivery of Hard FM services for Imperial College Healthcare NHS Trust in April 2022. Any suppliers interested in bidding for that contract should engage with the procurement of this framework to ensure they have a chance to do so. Please respond by 14th December 2021 to Simon.Williams@lpp.nhs.uk / risha.mehta@lpp.nhs.uk