Section one: Contracting authority
one.1) Name and addresses
Quality Trusted Solutions LLP
First Floor, 350 Euston Road
London
NW1 3AX
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
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