Hard FM Services Tender – North of England
Framework for the provision of Engineering (hard FM) Services.
United Kingdom-Sheffield: Facilities management services
2019/S 222-544940
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Savile Street East
Town: Sheffield
NUTS code: UK
Postal code: S4 7UQ
Country: United Kingdom
E-mail: procurement@noecpc.nhs.uk
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Provision of Estates Maintenance and Engineering Services (Hard Facilities Management)
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The purpose of this procurement is to establish a framework for the provision of Engineering (hard fm) Services. The framework will provide a 1-stop shop for organisations to fulfil their Engineering (hard fm) Services requirements, with suppliers selected for their experience and ability to provide customers with a comprehensive range of services and works that combine quality, value and compliance. The framework will include the services listed in the table under individual lots. Lot 15 is a managed service, which includes items under Lots 1 to 14 and may include additional similar services which will be specified as part of the call-off.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Air Conditioning, Air Handling Units and Refrigeration.
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM and any of the crown dependencies (including but not limited to, the Isle of Man).
II.2.4)Description of the procurement:
Lot 1: air-conditioning, air handling units and refrigeration. The below-listed authorities (plus those entities listed at Section II.2.11) and Section VI.3)) are eligible to access the resulting framework — subject to NOE CPC approval. Barnsley Facilities Services Ltd (Barnsley Hospital NHS Foundation Trust), Bradford Teaching Hospitals NHS Foundation Trust, Calderdale and Huddersfield Solutions Ltd (Calderdale and Huddersfield NHS Foundation Trust), Derbyshire Community Health Services NHS Foundation Trust, Derbyshire Support and Facilities Services Ltd (Chesterfield Royal Hospital NHS Foundation Trust), Doncaster and Bassetlaw Teaching Hospitals NHS Foundation Trust, Harrogate Healthcare Facilities Management Ltd (Harrogate and District NHS Foundation Trust), Humber Teaching NHS Foundation Trust, Isle of Man Department of Health and Social Care James Paget University Hospitals NHS Foundation Trust, Leeds and York Partnership NHS Foundation Trust, Leeds Community Healthcare NHS Trust, Leeds Teaching Hospitals NHS Trust, Leicestershire Partnership NHS Trust, Lincolnshire Community Health Services NHS Trust, Lincolnshire Partnership NHS Foundation Trust, Locala Community Partnerships Mid Yorkshire Hospitals NHS Trust, Northern Lincolnshire and Goole NHS Foundation Trust, Sheffield Children’s NHS Foundation Trust, Sheffield Health and Social Care NHS Foundation Trust, Sheffield Teaching Hospitals NHS Foundation Trust, Sherwood Forest Hospitals NHS Foundation Trust, Stockport NHS Foundation Trust, Synchronicity Care Ltd (County Durham And Darlington NHS Foundation Trust), The Newcastle upon Tyne Hospitals NHS Foundation Trust, The Queen Elizabeth Hospital Kings Lynn NHS Foundation Trust, The Rotherham NHS Foundation Trust, United Lincolnshire Hospitals NHS Trust, University Hospitals Birmingham NHS Foundation Trust, University Hospitals of Derby and Burton NHS Foundation Trust, University Hospitals of Leicester NHS Trust, York Teaching Hospital NHS Foundation Trust, Yorkshire Ambulance Service NHS Trust, NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11) for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 x 12-month periods.
II.2.10)Information about variants
II.2.11)Information about options
Listings of entities eligible to utilise any resulting agreement(s), subject to the approval of NOE CPC include any other NHS/Public Sector bodies located in England, Wales, Scotland, Northern Ireland, including any of the Crown dependencies and NHS Collaborative Procurement Organisations: the NHS in England (National Health Service for the United Kingdom) including but not limited to Foundation Trusts, Acute (Hospital) Trusts, Ambulance Trusts, Mental Health Trusts, Care Trusts listed at: https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx Clinical Commissioning Groups: https://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx Area Teams: https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx Special Health Authorities: http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx NHS Improvement: https://improvement.nhs.uk/ Department of Health: https://www.gov.uk/government/organisations/department-of-health Arm’s Length Bodies: https://www.gov.uk/government/publications/how-to-contact-department-of-health-arms-length-bodies/department-of-healths-agencies-and-partner-organisations sustainability and transformation partnerships (STPs) and their individual constituent organisations: https://www.england.nhs.uk/stps/view-stps/ NHS England: https://www.england.nhs.uk/ and other organisations involved in commissioning primary care services via Clinical Commissioning Groups supported by Commissioning Support Units which are responsible for commissioning most aspects of NHS care (or equivalent body established pursuant to legislation enacted as a result of, or in connection with, the white paper, equity and excellence: liberating the NHS published July 2010. CCG: https://www.england.nhs.uk/resources/ccg-directory/ CSU: https://www.england.nhs.uk/commissioning/comm-supp/csu/ The Clinical Commissioning Board, Area Teams: https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx and other organisations involved in commissioning and/or overseeing General Practitioner services, GP consortia, GP Practices and any other provider of primary medical services:
(a) who are a party to any of the following contracts:
— General Medical Services (GMS),
— Personal Medical Services (PMS),
— Alternative Provider Medical Services (APMS). And/or
(b) commissioned by NHS England or other organisations involved in commissioning or overseeing general practitioner services, as described above. The NHS in Wales, Scotland and Northern Ireland including but not limited to primary care services — GPs, pharmacies, dentists and optometrists, hospital services and community services, including those provided through community health centres and mental health services at: NHS Wales (National Health Service for Wales): including but not limited to Welsh Health Boards, NHS Trusts and Public Health Wales: http://www.wales.nhs.uk/nhswalesaboutus/structure NHS Scotland (National Health Service for Scotland) including but not limited to Regional NHS Boards, Special NHS Boards and public health body at: http://www.scot.nhs.uk/organisations/ Health and Social Care Services in Northern Ireland: (National Health Service for Northern Ireland) including but not limited to Health Trusts, Social Care Board and other HSC Agencies: http://online.hscni.net/ Social Enterprise UK: https://www.socialenterprise.org.uk Local Authority Councils in England, Scotland and Wales: county, unitary, district, borough and metropolitan councils (parish/community councils) Local Councils in England, Scotland and Wales: https://www.gov.uk/find-local-council Local Authority Councils in Northern Ireland: https://www.nidirect.gov.uk/contacts/local-councils-in-northern-ireland Continued at Section VI.3) Additional Information.
II.2.13)Information about European Union funds
II.2.14)Additional information
This procurement exercise will be conducted on the In-tend eTendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056
II.2.1)Title:
Asbestos Removal
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
II.2.4)Description of the procurement:
Lot 2 – Asbestos Removal The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 x 12 month periods.
II.2.10)Information about variants
II.2.11)Information about options
Please refer to Lot 1 II.2.11) Information about options. Continued at Section VI.3 Additional Information.
II.2.13)Information about European Union funds
II.2.14)Additional information
This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056
II.2.1)Title:
Automatic Doors, Barriers and Roller Shutters
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
II.2.4)Description of the procurement:
Lot 3 – Automatic Doors, Barriers and Roller Shutters The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 x 12 month periods.
II.2.10)Information about variants
II.2.11)Information about options
Please refer to Lot 1 II.2.11) Information about options.
II.2.13)Information about European Union funds
II.2.14)Additional information
This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056
II.2.1)Title:
Electrical Works
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
II.2.4)Description of the procurement:
Lot 4 – Electrical Works The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 x 12 month periods.
II.2.10)Information about variants
II.2.11)Information about options
Please refer to Lot 1 II.2.11) Information about options.
II.2.13)Information about European Union funds
II.2.14)Additional information
This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056
II.2.1)Title:
Fire Alarm, Emergency Lighting and Fire Fighting Equipment
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
II.2.4)Description of the procurement:
Lot 5 – Fire Alarm, Emergency Lighting and Fire Fighting Equipment The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 x 12 month periods.
II.2.10)Information about variants
II.2.11)Information about options
Please refer to Lot 1 II.2.11) Information about options.
II.2.13)Information about European Union funds
II.2.14)Additional information
This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056
II.2.1)Title:
Fire Doors
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
II.2.4)Description of the procurement:
Lot 6 – Fire Doors The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 x 12 month periods.
II.2.10)Information about variants
II.2.11)Information about options
Please refer to Lot 1 II.2.11) Information about options.
II.2.13)Information about European Union funds
II.2.14)Additional information
This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056
II.2.1)Title:
Fire Risk Assessments and Associated Works
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
II.2.4)Description of the procurement:
Lot 7 – Fire Risk Assessments and Associated Works The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 x 12 month periods.
II.2.10)Information about variants
II.2.11)Information about options
Please refer to Lot 1 II.2.11) Information about options.
II.2.13)Information about European Union funds
II.2.14)Additional information
This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056
II.2.1)Title:
Heating and Plumbing Systems
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
II.2.4)Description of the procurement:
Lot 8 – Heating and Plumbing Systems The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 x 12 month periods.
II.2.10)Information about variants
II.2.11)Information about options
Please refer to Lot 1 II.2.11) Information about options.
II.2.13)Information about European Union funds
II.2.14)Additional information
This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056
II.2.1)Title:
Lifts, Hoists and Escalators
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
II.2.4)Description of the procurement:
Lot 9 – Lifts, Hoists and Escalators The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 x 12 month periods.
II.2.10)Information about variants
II.2.11)Information about options
Please refer to Lot 1 II.2.11) Information about options.
II.2.13)Information about European Union funds
II.2.14)Additional information
This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056
II.2.1)Title:
Lightning and Fall Protection Systems
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
II.2.4)Description of the procurement:
Lot 10 – Lightning and Fall Protection Systems The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 x 12 month periods.
II.2.10)Information about variants
II.2.11)Information about options
Please refer to Lot 1 II.2.11) Information about options.
II.2.13)Information about European Union funds
II.2.14)Additional information
This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056
II.2.1)Title:
Medical Gas Systems
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
II.2.4)Description of the procurement:
Lot 11 – Medical Gas Systems The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 x 12 month periods.
II.2.10)Information about variants
II.2.11)Information about options
Please refer to Lot 1 II.2.11) Information about options.
II.2.13)Information about European Union funds
II.2.14)Additional information
This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056
II.2.1)Title:
Security Systems
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
II.2.4)Description of the procurement:
Lot 12 – Security Systems The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 x 12 month periods.
II.2.10)Information about variants
II.2.11)Information about options
Please refer to Lot 1 II.2.11) Information about options.
II.2.13)Information about European Union funds
II.2.14)Additional information
This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056
II.2.1)Title:
Standby Power Systems
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
II.2.4)Description of the procurement:
Lot 13 – Standby Power Systems The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 x 12 month periods.
II.2.10)Information about variants
II.2.11)Information about options
Please refer to Lot 1 II.2.11) Information about options.
II.2.13)Information about European Union funds
II.2.14)Additional information
This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056
II.2.1)Title:
Water System Maintenance and Risk Management
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
II.2.4)Description of the procurement:
Lot 14 – Water System Maintenance and Risk Management The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 x 12 month periods.
II.2.10)Information about variants
II.2.11)Information about options
Please refer to Lot 1 II.2.11) Information about options.
II.2.13)Information about European Union funds
II.2.14)Additional information
This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056
II.2.1)Title:
Managed Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
II.2.4)Description of the procurement:
Lot 15 – Managed Services The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Please refer to Lot 1 II.2.4) Description of the procurement. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 x 12 month periods.
II.2.10)Information about variants
II.2.11)Information about options
Please refer to Lot 1 II.2.11) Information about options.
II.2.13)Information about European Union funds
II.2.14)Additional information
This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
See SQ/ITT.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
See SQ/ITT.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
N/A
IV.1.6)Information about electronic auction
Participating authorities reserve the right to undertake electronic auctions in the awarding of call-offs under this framework agreement.
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
Isle of Man (IoM) Government and associated IoM based public bodies, including all IoM Government Departments and Cabinet Office, including but not limited to: Department of Health and Social Care: https://www.gov.im/about-the-government/departments/health-and-social-care/ The States of Jersey Government and administration including all Government Departments including but not limited to: Health and Social Services: https://www.gov.je/Government/Departments/HealthSocialServices/Pages/index.aspx The States of Guernsey (Parliament and government) including but not limited to the Committee for Health and Social Care: https://www.gov.gg/article/152954/Health-and-Social-Services-Department Educational Establishments in England including schools and colleges: https://get-information-schools.service.gov.uk/ Schools in Wales: http://gov.wales/statistics-and-research/address-list-of-schools/?lang=en Further Education and 6th Form Colleges in the UK: http://findfe.com/ Higher Education Recognised or listed bodies in the UK offering degree-level courses: https://www.gov.uk/check-a-university-is-officially-recognised Schools in Scotland including primary, secondary and special schools: https://education.gov.scot/parentzone/ Educational Establishments in Scotland: http://www.gov.scot/Topics/Statistics/ScotXed/SchoolEducation/SchoolEstablishments Schools and Educational Establishments in Northern Ireland: https://www.education-ni.gov.uk/services/schools-plus Higher Education Universities and Colleges in Northern Ireland: https://www.nidirect.gov.uk/articles/universities-and-colleges-northern-ireland UK Police Forces in England, Northern Ireland, Scotland and Wales including National Special Police Forces. https://www.police.uk/forces/ England Fire and Rescue Services http://www.fire.org.uk/fire-brigades.html Scottish Fire and Rescue Services http://www.firescotland.gov.uk/your-area.aspx Welsh Fire and Rescue Services http://gov.wales/topics/people-and-communities/communities/safety/fire/localservices/?lang=en Northern Ireland Fire and Rescue Service https://www.nifrs.org/areas-districts/ UK Maritime and Coastguard Agency https://www.gov.uk/government/organisations/maritime-and-coastguard-agency/about/access-and-opening Registered charities in England and Wales: https://www.gov.uk/find-charity-information Registered charities in Scotland: https://www.oscr.org.uk/charities Registered charities in Northern Ireland: http://www.charitycommissionni.org.uk/charity-search/ Ministry of Defence (MOD): https://www.gov.uk/government/organisations/ministry-of-defence Registered social landlords, government-funded, not-for-profit organisations that provide affordable housing, including housing associations, trusts and cooperatives. England: https://www.gov.uk/government/publications/current-registered-providers-of-social-housing Scotland: http://directory.scottishhousingregulator.gov.uk/pages/default.aspx Wales: http://gov.wales/topics/housing-and-regeneration/publications/registered-social-landlords-in-wales/?lang=en Northern Ireland: https://www.nidirect.gov.uk/contacts/housing-associations Bidders should note that the NOECPC retain absolute discretion as to whether to accept any offer following evaluation. The NOE CPC is not bound in any way to accept any and reserves the right to make no further contract award under this procurement process. The NOE CPC 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.
VI.4.1)Review body
Town: Sheffield
Country: United Kingdom
VI.4.3)Review procedure
NOE CPC will incorporate a minimum 10 calendar standstill period at the point information on the award of contract is communicated to tenderers, in accordance with Regulation 87 of the Public Contract Regulations 2015. Any tenderer wishing to appeal the decision to award the contract, or after the award of the contract appeal the award of the contract, shall have the rights set out in Part 3 of the Public Contract Regulations 2015.
VI.5)Date of dispatch of this notice: