Tender

Procurement of Facilities Management Soft Services Reference number: ND2024 008

  • Chelsea and Westminster Hospital NHS Trust

F02: Contract notice

Notice identifier: 2024/S 000-035677

Procurement identifier (OCID): ocds-h6vhtk-04b3ca

Published 4 November 2024, 3:27pm



Section one: Contracting authority

one.1) Name and addresses

Chelsea and Westminster Hospital NHS Trust

369 Fulham Road

London

SW10 9NH

Contact

Julian Fris

Email

j.fris@nhs.net

Country

United Kingdom

Region code

UKI33 - Kensington & Chelsea and Hammersmith & Fulham

Internet address(es)

Main address

https://www.nwlondonicb.nhs.uk/

Buyer's address

https://www.nwlondonicb.nhs.uk/

one.3) Communication

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

https://health-family.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://health-family.force.com/s/Welcome

Tenders or requests to participate must be submitted to 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

https://health-family.force.com/s/Welcome

one.4) Type of the contracting authority

Other type

Healthcare - NHS

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Procurement of Facilities Management Soft Services Reference number: ND2024 008

two.1.2) Main CPV code

  • 79993100 - Facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

The provision of Facilities Management Soft Services to the Chelsea & Westminster Hospital and The Royal Marsden Hospital as defined in the Descriptive Document (Doc A ITPD) comprising

General management

Healthcare Cleaning Services

Portering Services

Patients Catering Services

Linen & Laundry Services

Retail Catering Operations

Waste Management Services

Reception (Chelwest only)

Helpdesk Services

Security Services

Window cleaning

Pest Control

Vehicle Parking

Private Patients services

two.1.5) Estimated total value

Value excluding VAT: £140,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90900000 - Cleaning and sanitation services
  • 90900000 - Cleaning and sanitation services
  • 90911300 - Window-cleaning services
  • 90922000 - Pest-control services
  • 98341120 - Portering services
  • 72253000 - Helpdesk and support services
  • 98351000 - Car park management services
  • 98310000 - Washing and dry-cleaning services
  • 55500000 - Canteen and catering services
  • 79710000 - Security services
  • 90500000 - Refuse and waste related services
  • 79992000 - Reception services
  • 55500000 - Canteen and catering services

two.2.3) Place of performance

NUTS codes
  • UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Main site or place of performance

Chelsea & Westminster Hospital and associated sites (excluding West Middlesex University Hospital) and the Royal Marsden Hospital (Chelsea, Sutton & Cavendish Square sites)

two.2.4) Description of the procurement

The provision of Facilities Management Soft Services as listed in II.1.4. The process will be conducted as a Competitive Dialogue procedure where a minimum of 3 bidders will be shortlisted from a successfully completed supplier questionnaire. There will be a number of stages including Invitation to Participate in Dialogue (ITPD), Invitation to Submit Detailed Solutions (ISDS) then potentially shortlisted to a minimum of 2 bidders who will participate in continuing dialogue (ITCD) and submission of a final tender (ISFT). The procurement will include collaborative workshops, joint process review and potentially reviewing service models to be delivered in a more efficient manner. There will be a strong focus on achieving net zero, social value aspirations and service innovation & excellence.

The intention is to commence the contract in April 2026.

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £140,000,000

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: Yes

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

two.2.14) Additional information

90900000 Cleaning and sanitation services

90911300 Window-cleaning services

90922000 Pest-control services

98341120 Portering services

72253000 Helpdesk and support services


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive dialogue

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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

5 December 2024

Local time

5:00pm

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)


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

High Court

The Strand

London

WC2A 2LL

Country

United Kingdom