Scope
Description
The South West London Procurement Partnership on behalf of Croydon Health Services are looking to procure an MRI Managed Equipment Service contract. This contract relates solely to the ongoing support and maintenance of 3x MRI machines and the hard facilities management of the building. The day-to-day running of the service will be brought in-house from 1st April 2026. The contract will be divided into two lots as follows:
• Lot 1 - MRI Managed equipment service: The Trust is looking to procure a Provider to deliver ongoing support and maintenance for three MRI machines/associated equipment. This Lot will include the remaining residual values of the machines.
• Lot 2 - Hard facilities management and associated services: The Trust is looking to procure a Provider to deliver hard FM services for the MRI building. This Lot also includes the residual value of the building.
The contract start date for the proposed service is 1st April 2026. It is anticipated that the contract term will run for 6 years with an option to extend by an additional 2 years on a +1+1 basis.
Total value (estimated)
- £5,130,727.21 excluding VAT
- £5,130,727.21 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 April 2026 to 31 March 2032
- Possible extension to 31 March 2034
- 8 years
Description of possible extension:
This contract can be extended on a +1+1 basis
Options
The right to additional purchases while the contract is valid.
This contract can be extended on a +1+1 basis
Main procurement category
Services
Contract locations
- UKI62 - Croydon
- UKI - London
- UKI4 - Inner London - East
- UKI6 - Outer London - South
Not the same for all lots
CPV classifications are shown in Lot sections, because they are not the same for all lots.
Lot 1. Lot 1 - MRI MANAGED EQUIPMENT SERVICE
Description
The Trust is looking to procure a Provider to deliver ongoing support and maintenance for three MRI machines/associated equipment. This Lot will include the remaining residual values of the machines.
Lot value (estimated)
- £3,052,779.59 excluding VAT
- £3,052,779.59 including VAT
CPV classifications
- 50420000 - Repair and maintenance services of medical and surgical equipment
- 50400000 - Repair and maintenance services of medical and precision equipment
- 85140000 - Miscellaneous health services
Same for all lots
Contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.
Lot 2. LOT 2 - HARD FACILITIES MANAGEMENT AND ASSOCIATED SERVICES
Description
Hard facilities management and associated services: The Trust is looking to procure a Provider to deliver hard FM services for the MRI building. This Lot also includes the residual value of the building.
Lot value (estimated)
- £2,077,947.62 excluding VAT
- £2,077,947.62 including VAT
CPV classifications
- 79993100 - Facilities management services
- 50700000 - Repair and maintenance services of building installations
- 71315000 - Building services
Same for all lots
Contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.
Participation
Particular suitability
Lot 1. Lot 1 - MRI MANAGED EQUIPMENT SERVICE
Lot 2. LOT 2 - HARD FACILITIES MANAGEMENT AND ASSOCIATED SERVICES
Small and medium-sized enterprises (SME)
Submission
Tender submission deadline
10 November 2025, 5:00pm
Submission address and any special instructions
To access the tender pack and submit a bid please register as a supplier here: https://atamis-1928.my.site.com. If you are having issues accessing the portal please email Emma.Richardson00@stgeorges.nhs.uk
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
28 January 2026
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
Technical | Quality | 50.00% | |
Commercial | 40% |
Price | 40.00% |
Social Value | 10% |
Quality | 10.00% |
Other information
Payment terms
30 days
Description of risks to contract performance
The Trust has identified a known risk that may affect the delivery and value of this contract. This risk relates to residual asset values attached to both Lot 1 and Lot 2, which are currently expected to be absorbed by the successful provider(s). These values are detailed in the pricing schedules included in the tender pack.
However, the Trust is actively applying for external funding which, if secured, may be used to fully or partially clear these residual values. Due to the uncertainty of the funding outcome and timing, this risk cannot be addressed in the contract at the time of award, but may materially affect the contract value and scope.
Should this funding be secured during the procurement process or prior to the contract start date, it may be used to either fully or partially clear the residual values consequently impacting the overall value of Lots 1 and 2. This tender is proceeding under the assumption that no additional funding will be received.
The potential impact of this funding is as follows:
Lot 1: Depending on the level of funding received, the residual values may be either fully or partially cleared. In either case, the Trust will still require a provider to deliver ongoing support and maintenance of the MRI equipment in accordance with the specification. However, the total contract value will be significantly reduced if the residual values are cleared or partially cleared.
Lot 2: Any funding received will be prioritised to fully clear the residual values attached to this Lot. In this case, the Trust intends to bring the hard facilities management services in-house. In this scenario, Lot 2 will no longer be required, and the Trust reserves the right to withdraw this lot from the procurement process should this risk materialise.
Additionally, the residual values listed in the pricing schedules may be subject to change. The Trust is currently in discussions with the incumbent supplier regarding four specific items. If it is determined that these items should be included in the residual value calculation, the total amount owed and therefore the amount to be absorbed by the new provider(s) will increase. Should this occur, the Trust will update the Tender Notice and issue updated pricing schedules requesting that prospective bidders submit revised pricing accordingly.
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
Croydon Health Services NHS Trust
- Public Procurement Organisation Number: PPHP-9287-GXBV
Croydon University Hospital, 530 London Road
Croydon
CR7 7YE
United Kingdom
Region: UKI62 - Croydon
Organisation type: Public authority - central government