Type of document: Dynamic purchasing system
 Country: United Kingdom
 OJEU Ref: (2018/S 139-317764/EN)
 Nature of contract: Service contract
 Procedure: Restricted procedure
 Regulation of procurement: EU
 Type of bid required: Global bid
Dynamic purchasing system
 Services
Section I: Contracting authority
 I.1) Name and addresses
 Official name: Guy’s and St Thomas NHS Foundation Trust (as host of NHS London Procurement Partnership)
 Postal address: Ground Floor, 200 Great Dover Street
 Town: London
 Postal code: SE1 4YB
 Country: United Kingdom
 Contact Person: Ms Ashwaq Fraser
 Telephone: +44 2071887188
 Email: ashwaq.fraser@lpp.nhs.uk
 Internet address(es):
 Main address:
 Address of the buyer profile:
The contract is awarded by central purchasing body
 I.3) Communication
 The procurement documents are available for unrestricted and full direct access, free of charge,at:
 Additional information can be obtained from:
 the above mentioned address
 Tenders or requests to participate must be submitted:
 electronically via:
 I.4) Type of the contracting authority
 Regional agency
 I.5) Main activity
 Health
Section II: Object
 II.1) Scope of the procurement
 II.1.1) Title: Contract Notice — Ref: LPP/2017/001 Dynamic Purchasing System for the provision of Estates Professional Services
Reference number: DN339057 – 2017/S 041-075014
 II.1.2) Main CPV code: 70000000
 II.1.3) Type of contract: Services
 II.1.4) Short Description: See Notice 2017/S 041-075014
 NHS London Procurement Partnership (LPP) are inviting applications from experienced suppliers of Estates Professional Services to be appointed onto a Dynamic Purchasing System (DPS) to provide high quality services to public sector organisations.
 The DPS is a 2-stage process. There will no limit on the number of suppliers that may join the DPS for each service category. New suppliers can also apply to join the DPS at any point during its lifetime.
 Individual contracts are awarded during the second stage. In this stage, approved users of the DPS (referred to as Contracting Authorities) will invite all suppliers on the DPS for the service category and location required to bid for a specific contract.
 The specific services that may be procured under the DPS cannot be clearly defined at this stage, however the nature and types of services that may be required may include but not limited to those services identified by CPV code and summarised in Section II.2
 II.1.5) Estimated total value:
 Value excluding VAT: 50000000 Currency: GBP
 II.1.6) Information about lots:
 The contract is divided into lots: no
 II.2) Description
 II.2.2) Additional CPV code(s)
 70000000, 71200000, 71220000, 71244000, 71311000, 71312000, 71313000, 71314200, 71314300, 71315100, 71315200, 71315210, 71315300, 71317100, 71318000, 71321000, 71324000, 71332000, 71351810, 75122000, 75251100, 75251110, 90713000
II.2.3) Place of performance
 Nuts code: UK
 II.2.4) Description of the procurement:
 For full details please refer to Contract Notice 2017/S 041-075014
 The specific services that may be procured under the DPS cannot be clearly defined at this stage, however the nature and types of works that may be required may include but not limited to those works identified by CPV code and summarised below:
 Architectural Services, Building Surveying Services and Condition Reporting, CDMC, Civil and Structural Enginee rServices, Cost Advisor, Mechanical and Electrical Engineer, Project Management, Air Systems Consultancy, BREAM Assessors, CRC and EU ETS, Energy Consultancy, Ground Penetrating Radar Investigation and Report, Energy Procurement, Lighting Consultancy, Specialist Services for Environmental Impact Condition Monitoring and Reporting, Topographical, Building / Infrastructure / Site Surveys, Authorising Engineers and Regulatory Consultancy, Fire Consultancy, Lift / Lifting Equipment Consultancy, Security Consultancy, Waste Consultancy, Water Hygiene and Legionella Risk Assessment and Consultancy Services, Asbestos Services, Workplace H and S and Welfare Consultants, Life Cycle Planning and Management, Equality Act / DDA Consultancy, Estates Strategy and Business Case Development, Built Environment Consultancy and Workplace Transformation, FM and Building Operations and Asset Management Consultancy, Rent and Rates Review, Property Acquisition Disposal and Management Advisory, Healthcare Planning, Acoustic and Vibrations Consultancy, Drone Survey and Ecology and Biodiversity.
 II.2.5) Award criteria
II.2.6) Estimated value:
 Value excluding VAT: 50000000 Currency: GBP
 II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
 Duration in months: 48
 This contract is subject to renewal: no
 II.2.9) Information about the limits on the number of candidates to be invited
 II.2.10) Information about variants
 Variants will be accepted: no
 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
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
Section IV: Procedure
 IV.1) Description
 IV.1.1) Type of procedure:
 Restricted procedure
 The procurement involves the setting up of a dynamic purchasing system
 The dynamic purchasing system might be used by additional purchasers
 IV.1.8) Information about the Government Procurement Agreement(GPA)
 The procurement is covered by the Government Procurement Agreement: no
 IV.2) Administrative information
 IV.2.1) Previous publication concerning this procedure
 Notice number in the OJ S:2017/S 041-075014
 IV.2.2) Time limit for receipt of tenders or requests to participate
 Date: 2021-03-31 Local time: 17:00
 IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
 IV.2.6) Minimum time frame during which the tender must maintain the tender
 Duration in months:48(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 ordering will be used
 Electronic invoicing will be accepted
 Electronic payment will be used
 VI.3) Additional information:
 For full details please refer to Contract Notice 2017/S 041-075014
 This notice is created as a duplicate of Contract Notice 2017/S 041-075014 to allow for addendums on the Due North Portal, all information on Contract Notice 2017/S 041-075014 applies to this Contract Notice.
 NHS London Procurement Partnership (LPP) in collaboration with Guy’s and St Thomas’ NHS Foundation Trust wishes to establish a Framework Agreement for use by current and future LPP clients, including without limitation:
 (i) any National Health Service (NHS) Trust NHS Entities;
 (iii) other UK public sector bodies; (and their statutory successors and public sector health organisations and/or other public sector organisations created as a result of government reorganisation in the UK) and public sector bodies (or “public sector body” in the singular) include but are not to be limited to the following list:
 — LPP clients,
 — Collaborative Procurement Partnership (NHS CPP)* clients
 — Local Authorities,
 — Educational Establishments,
 — Registered providers and emergency services,
 — NHS Bodies,
 — Hospices,
 — Central government departments and their agencies,
 — Public Corporations,
 — Police forces in the United Kingdom,
 — Fire and Rescue Services,
 — Registered Social Landlords (Housing Associations),
 — Third Sector and Charities.
 * Collaborative Procurement Partnership (NHS CPP), is comprised of NHS North of England Commercial Procurement Collaborative (NOE CPC), NHS London Procurement Partnership (LPP), NHS Commercial Solutions and East of England NHS Collaborative Procurement Hub (EOE CPH), and all of their clients and members.
 The DPS Agreement includes the terms and conditions for subsequent Call-Offs, but places no obligations,on approved users of the DPS to procure any Estates Professional Services. The DPS in itself is therefore not a contract; contracts are only formed when works are called-off under the DPS. The Invitation to Tender documents issued by Contracting Authorities for specific call-off contracts will specify the terms and conditions for the execution of the professional service.
 Please note that LPP will be facilitating call-offs from the DPS for which there will be a nominal management levy to cover administration costs.
 LPP is working in association with Constructionline to develop and maintain the DPS for Estates Professional Services.
 Constructionline will support LPP by assessing and monitoring standard company information provided by the Suppliers who apply for and are admitted to the DPS.
 DPS applicants need to register as a Supplier on the DPS Landing page hosted by Constructionline. The link to the landing page
 Suppliers will be required to register on the landing page to access the PQQ and supporting documentation and to submit their application.
 If Suppliers are already registered with Constructionline, they need only register their interest in the DPS on the Constructionline landing page. There will be no need to complete the full PQQ — simply supply their Constructionline membership number.
 There is no requirement for Suppliers not registered with Constructionline to register. For Suppliers not already registered with Constructionline, the landing page explains the process of joining the DPS.
 Suppliers should read this Contract Notice carefully and in full.
 VI.4) Procedures for review
 VI.4.1) Review body
 Official name: Guy’s and St Thomas’ NHS Foundation Trust (as host of the London Procurement Partnership)
 Postal address: Great Maze Pond
 Town: London
 Postal code: SE1 9RT
 Country: United Kingdom
 Telephone: +44 2071887188
 Internet address: www.guysandstthomas.nhs.uk
VI.4.3) Review procedure
 Precise information on deadline(s) for review procedures:
 For full details please refer to Contract Notice 2017/S 041-075014
 Applicants who are unsuccessful at the PQQ stage shall be informed by the Contracting Authority as soon as possible after the decision is made as to the reasons why the application was unsuccessful. If an appeal regarding the decision to award to the DPS has not been successfully resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the Regulations to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract to be shortened.
VI.4.4) Service from which information about the review procedure may be obtained
 Official name: Guy’s and St Thomas’ NHS Foundation Trust (as host of the London Procurement Partnership)
 Postal address: Great Maze Pond
 Town: London
 Postal code: SE1 9RT
 Country: United Kingdom
 Telephone: +44 2077187188
 Internet address: www.guysandstthomas.nhs.uk
 VI.5) Date of dispatch of this notice:2018-07-18