News

United Kingdom-London: Contract Notice — Ref: LPP/2017/001 Dynamic Purchasing System for the provision of Estates Professional Services

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

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory – placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy