Contract notice

Information

Published

Date of dispatch of this notice: 15/05/2017

Expire date: 14/06/2017

External Reference: 2017-196555

TED Reference: 2017/S 095-186846

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Lancashire Care NHS Foundation Trust
05280446
Sceptre Point,
Preston, PR5 6AW
Sceptre Way, Bamber
UK
Contact person: Stephen McGarry
Telephone: +44 1772676098
NUTS code:  UKD -  NORTH WEST (ENGLAND)
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=19956&B=NHSSBS
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Health

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of Hard Facilities Management Services
Reference number:  RW5/SM/17/29
II.1.2)

Main CPV code

50700000  -  Repair and maintenance services of building installations
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Authority is seeking to appoint a Prime provider of Hard Facilities Management to provide high quality, responsive estates services to LCFT and partnering sites across Lancashire. The successful Service Provider will demonstrate an excellent track record in providing similar services as well as being a proactive, innovative partner that will respond to the ever changing needs of the Authority and its service users.
II.1.5)

Estimated total value

Value excluding VAT: 28000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

50000000  -  Repair and maintenance services
70330000  -  Property management services of real estate on a fee or contract basis
II.2.3)

Place of performance

NUTS code:  UKD -  NORTH WEST (ENGLAND)
Main site or place of performance:  
Lancashire
II.2.4)

Description of the procurement

The Trust is seeking to appoint an Hard Facilities Management Provider to provide high quality, responsive estates services to LCFT and partnering sites across Lancashire. The successful Service Provider will be responsible for;
Estates Maintenance Services
Energy and Utilities Maintenance
Grounds and Gardens Maintenance
Pest Control
Helpdesk Services
The Authority is seeking to appoint a single service provider to manage delivery of all services within the scope of this opportunity. The Authority does not deem it effective to award multiple contracts (as in Lots) due to the integrated nature of services within scope.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 28000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
The contract will include an option to extend by a further 24 months
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3  /  Maximum number: 5
Objective criteria for choosing the limited number of candidates:
As provided in the SSQ documentation
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

The Trust is not bound in any way to accept any and reserves the right to make no award under this procurement process.
The Trust shall not be held liable for any liability or cost or expense incurred by any bidder in relation to this project whatsoever, including, without limitations, in relation to the preparation of their tender and any subsequent clarification or any legal or other expenses.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  12/06/2017
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 16/06/2017
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.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 VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

n/a
n/a
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The Trust will incorporate a minimum ten day standstill period at the point information on the decision to award is communicated to bidders. Any bidder wishing to appeal the decision to award the contract, or after award of the contract appeal the contract, shall have rights set out in the Public Contracts Regulations 2015
VI.5)

Date of dispatch of this notice

15/05/2017