Section one: Contracting authority
one.1) Name and addresses
East Midlands Ambulance Service NHS Trust
Trust Headquarters, 1 Horizon Place, Mellors Way, Nottingham Business Park
Nottingham
NG8 6PY
Contact
Chris Johnson
Telephone
+44 1158659785
Country
United Kingdom
Region code
UKF14 - Nottingham
Internet address(es)
Main address
Buyer's address
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
Provision of Hard Facilities Management (Hard FM) to East Midlands Ambulance Service NHS Trust
Reference number
C347345 (C307764)
two.1.2) Main CPV code
- 79993100 - Facilities management services
two.1.3) Type of contract
Services
two.1.4) Short description
**THIS IS A CONTRACT AWARD**
Provision of Hard Facilities Management (Hard FM) to East Midlands Ambulance Service NHS Trust including Planned and Reactive Internal and External works, following an Open Tender Procedure against the PCR2015 regulation.
Period: 01 April 2025 to 31 March 2028 with option to extend for further 2 x 12 month periods.
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: £10,000,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKF14 - Nottingham
Main site or place of performance
East Midlands
two.2.4) Description of the procurement
This contract is for the Provision of Hard FM Services to East Midlands Ambulance Service NHS Trust. The Supplier was appointment following an open tender procedure against the PCR2015 regulation. This was undertaken against FTS 2024/s 000-033507.
The provider will provide Preventative Maintenance, Reactive Maintenance and adhoc repairs on a variety of freehold and leasehold buildings across 6 counties: Nottinghamshire, Lincolnshire, Derbyshire, Northamptonshire, Leicestershire and Rutland. This contract also includes Service Desk and Computer Aided Facilities Management (CAFM) system.
The purpose of this this contract is to ensure these buildings are maintained in a fashion that makes them operationally safe, secure and statutorily complaint.
The contract period is 3 years with an option to extend for a further 2 x 12 months.
The expected contract value of £10m, takes into account both the extension years and potential increase of reactive maintenance or other compliance changes during the life of this contract.
two.2.5) Award criteria
Quality criterion - Name: Technical & Quality / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Cost Commercials / Weighting: 30
two.2.11) Information about options
Options: Yes
Description of options
Option to Extend for a further 2 x 12 month period.
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
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-033507
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
13 May 2025
five.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received from SMEs: 9
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
CBRE MANAGED SERVICES LIMITED
61 Southwark Street
London
SE1 0HL
Country
United Kingdom
NUTS code
- UKF1 - Derbyshire and Nottinghamshire
National registration number
01799580
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £10,000,000
Total value of the contract/lot: £10,000,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court and Court of Appeal of England and Wales
Strand
London
WC2A 2LL
internationalrelationsrudicialoffice@judiciary.uk
Country
United Kingdom