Section one: Contracting authority
one.1) Name and addresses
Royal Marsden NHS Foundation Trust
London
Contact
Andy Armstrong
Telephone
+44 1865648127
Country
United Kingdom
Region code
UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.lifecycle.co.uk/tenders.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.lifecycle.co.uk/tenders.html
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
Catering and Refrigeration Maintenance
Reference number
LGM36261
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The Royal Marsden NHS Foundation Trust is contracting for a semi-comprehensive maintenance contract for its Catering and Refrigeration equipment across three Trust sites. The contract is split into three Lots. Lot 1 for all Catering Equipment, Lot 2 for all Refrigeration equipment, and Lot 3 for all equipment. Please note bidders must submit pricing for Lots 1 and 2 if intending to also bid for Lot 3.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lots 1 and 2 if bidding for Lot 3
two.2) Description
two.2.1) Title
Lot No
1
two.2.2) Additional CPV code(s)
- 50883000 - Repair and maintenance services of catering equipment
two.2.3) Place of performance
NUTS codes
- UKI32 - Westminster
- UKI33 - Kensington & Chelsea and Hammersmith & Fulham
- UKI63 - Merton, Kingston upon Thames and Sutton
two.2.4) Description of the procurement
Lot 1 - Semi-comprehensive maintenance contract for Catering equipment across three Trust sites.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Lot No
2
two.2.2) Additional CPV code(s)
- 50883000 - Repair and maintenance services of catering equipment
two.2.3) Place of performance
NUTS codes
- UKI32 - Westminster
- UKI33 - Kensington & Chelsea and Hammersmith & Fulham
- UKI63 - Merton, Kingston upon Thames and Sutton
two.2.4) Description of the procurement
Lot 2 - Semi-comprehensive maintenance contract for Refrigeration equipment across three Trust sites.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Lot No
3
two.2.2) Additional CPV code(s)
- 50883000 - Repair and maintenance services of catering equipment
two.2.3) Place of performance
NUTS codes
- UKI32 - Westminster
- UKI33 - Kensington & Chelsea and Hammersmith & Fulham
- UKI63 - Merton, Kingston upon Thames and Sutton
two.2.4) Description of the procurement
Lot 3 - Semi-comprehensive maintenance contract for Catering and Refrigeration equipment across three Trust sites.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Bidders must be registered with, or commit to be registered with the SEC³URE scheme prior to contract commencement.
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
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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.2.2) Time limit for receipt of tenders or requests to participate
Date
12 December 2022
Local time
2:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
12 December 2022
Local time
2:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Lifecycle Management Group Ltd
Cowley, Oxford
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for lodging appeals: The contracting authority will incorporate a minimum 10 calendar days standstill period at the point of information on the decision to award the contract is communicated to bidders in accordance with Regulation 32A of the Public Procurement (Amendment etc.) (EU Exit) Regulations 2020.
Any bidder wishing to appeal the decision to award the contract, or after the award of contract, appeal the award, shall have the rights as set out in Part 9 of the Public Contract Regulations.