Tender

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

  • Quality Trusted Solutions LLP

F02: Contract notice

Notice identifier: 2022/S 000-028252

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

Published 7 October 2022, 1:47pm



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.3) Communication

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

https://www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.mytenders.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

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 [Find a Tender Service procurement on MyTenders (Reference: CB/501355) - the subject of this procurement]

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

* Lot 3 Flooring [see separate Contracts Finder Contract Notice procurement on MyTenders (Reference: CB/501355)]

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 ITT 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.1.5) Estimated total value

Value excluding VAT: £100,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 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.2.6) Estimated value

Value excluding VAT: £100,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 8

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection 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

Envisaged maximum number of participants to the framework agreement: 3

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

8 November 2022

Local time

12:00pm

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

12 December 2022

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.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

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.

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=227450.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:227450)

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