Planning

HPFT, HCT - Hard Facilities Management Services

HERTFORDSHIRE PARTNERSHIP UNIVERSITY NHS FOUNDATION TRUST

This public procurement record has 1 release in its history.

Planning

13 Mar 2026 at 11:46

Summary of the contracting process

The Hertfordshire Partnership University NHS Foundation Trust and Hertfordshire Community NHS Trust are in the planning stage for the procurement of Hard Facilities Management Services with an intended start date of March 2026. This procurement focuses on building and facilities management services across estates located in regions such as Hertfordshire, Essex, and Cambridgeshire. The process will be conducted through the Crown Commercial Services RM6264 Facilities Management and Workplace Services Dynamic Purchasing System (DPS), with initial supplier engagement meetings scheduled for early April 2026. Interested suppliers must confirm their participation by 26th March 2026, with onboarding for the capability assessment required by 31st March 2026. The procurement categories include mechanical and electrical maintenance, public health systems, and statutory compliance, among other services, alongside optional additions throughout the contract term, which spans an initial period of 5 years with potential extensions up to 7 years.

The tender presents substantial growth opportunities for businesses specialising in facilities management services, particularly those with expertise in healthcare environments. Businesses with a strong technical capability in Hard FM, compliance with key standards such as ISO certifications, and a track record in maintenance and safety systems are well-suited to compete. Companies capable of delivering across multiple properties and regions, maintaining robust financial and organisational strength, and equipped for rapid mobilisation and contract readiness stand the best chance of securing this contract. Engagement in this tender requires suppliers to successfully onboard onto the CCS DPS and pass a detailed capability assessment, ensuring alignment with service quality and operational excellence standards needed for healthcare settings.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

HPFT, HCT - Hard Facilities Management Services

Notice Description

Hertfordshire Partnership University NHS Foundation Trust and Hertfordshire Community NHS Trust intend to procure a single supplier for the delivery of Hard Facilities Management services across their combined estates. The contract will include but not be limited to:<br/>* Mechanical Maintenance<br/>* Electrical Maintenance<br/>* Public Health Systems<br/>* Fabric and Roofing<br/>* Life Safety Systems<br/>* Statutory Compliance<br/>Optional Services:<br/>* Additional services may be requested via contract variation.<br/>* Additional purchases may be instructed where relevant to Hard FM delivery.<br/><br/>Soft FM services are excluded from this procurement.<br/><br/>Contract Term:<br/>Initial Term: 5 years<br/>Possible Extensions: Two further periods of 12 months each<br/>Maximum Contract Term: 7 years

Lot Information

Lot 1

Procurement Authorities:

*Crown Commercial Services (CCS)
*Hertfordshire and West Essex (HWE) ICS NHS Procurement

The procurement will be undertaken via the Crown Commercial Services (CCS) RM6264 Facilities Management and Workplace Services Dynamic Purchasing System (DPS).
The process will consist of:

Supplier Engagement:

The Supplier Engagement meeting will take place early April 2026 via a teams meeting, all suppliers on the chosen DPS filter categories or who have expressed interest in the PIN opportunity will be invited to the Supplier Engagement teams meeting.

The DPS filter categories that have been chosen are:
* Landscaping Services (Grounds Maintenance)
* Helpdesk Services
* Estates Services
* Miscellaneous FM Services (Energy & Utilities Services)

The DPS filter regions that have been chosen are:
* Hertfordshire
* Essex
* Bedfordshire
* Cambridgeshire
* Norfolk

If you are interested in this opportunity, please respond by 26th March 2026

Please confirm your interest by emailing Amy Richardson - Procurement Manager at amy.richardson@nhs.net and Amy Bowen - CCS Commercial Officer - Facilities Management at amy.bowen@crowncommercial.gov.uk . All expression of interests will be invited to the Supplier Engagement teams meeting.

Capability Assessment:

The suppliers must pass the CCS DPS capability assessment to be invited to submit a full tender response.

Suppliers must onboard onto the DPS to take part in the capability assessment, the deadline for onboarding onto the DPS is 31st March 2026.

The Capability assessment will have a deadline of 5 working days and will be published Mid-April to all suppliers on the DPS that have been included in the DPS filter categories for the above services. The publish date is subject to amendment.

To Participate in this procurement, onboarding onto the CCS RM6264 Facilities Management and Workplace Services DPS is essential. Any supplier not onboarded onto the CCS DPS or not in the correct filter category will not be invited to the capability assessment.

The capability assessment will consist of the below Pass/Fail questions, we reserve the right to remove, add or amend any of the questions.

Mandatory Compliance & Standards:

Q1 - Does your organisation hold ISO 14001 certification?
Q2 - Does your organisation hold ISO 9001 certification?
Q3 - Do you hold Cyber Essentials (Basic)?
Q4 - Employers' Liability at PS10,000,000 per claim minimum?
Q5 - Public Liability at PS20,000,000 per claim minimum?
Q6 - Loss of or damage to Trust Property PS10,000,000 per claim?
Q7 - Continuous and Retroactive Professional Indemnity at PS10,000,000 per claim?

Technical & Operational Hard FM Capability:

Q8 - Minimum 3 years' Hard FM delivery in a live healthcare environment? (Acute, Community, Mental Health)
Q9 - Competent engineering staff qualified to HTM standards?
Q10 - Compliance processes for LOLER, Gas Safety, Electrical, Water Safety (HTM 04-01)?
Q11 - Customer accessible helpdesk and CAFM system with real-time job logging, asset management, PPM, dashboards?

Financial & Organisational Strength:

Q12 - Provide 2 years of financial accounts showing stability?
Q13 - Capacity to mobilise two Trust-level contracts?
Quality, Safety & Risk Management
Q14 - Certified safety management system aligned with CDM and NHS estates?
Q15 - Process for incidents, near misses, service failures?
Q16 - Business Continuity Plan covering emergencies, asset failure, supply chain disruption?

Mobilisation & Contract Readiness:

Q17 - Ability to mobilise within tight required window?
Q18 - Experience managing TUPE transfers?

Supply Chain & Local Delivery Capability:

Q19 - Prequalified supply chain for specialist Hard FM services?
Q20 - Ability to service 150 separate properties 24/7 365 days per year across Herts, Essex Bedfordshire, Cambridgeshire and Norfolk.
Q21 - Local/regional response teams to meet SLAs?


Tender Submission:
The shortlisted suppliers from the capability assessment will be invited to submit full tenders.
The Tender Submission will be electronic via the Bravo Solution (Jagger) e-procurement portal.

A minimum turnover threshold and compliance with statutory obligations will apply. Full details will be included within the Capability Assessment.


How to onboard FM DPS:

1- follow this link (https://supplierregistration.cabinetoffice.gov.uk/dps?fh=1#buildingcleaningservices) to the FM DPS - on the left hand side, select the box for 'facilities management' and once selected, the Facilities management and Workplace services DPS will be an option

2- ensure you are looking at Facilities management and workplace services DPS and scroll down to select 'access as a supplier'

3- create a log in when prompted and trying to log in

4- once logged in, it should take you through to the selection questionnaire, this needs to be completed, and then you will begin to complete the second questionnaire (DPSQ).

5- as part of this questionnaire, you will need to upload your insurances (employers, public liability, professional indemnity and cyber essentials) and also the financial viability risk assessment. (This can be found in the bid pack accessible from the first step linked above, and it is within the bid pack folder, named 'attachment 3a financial viability risk assessment')

6- once this is completed, your application will be assessed to be appointed on the DPS. Please note there is a 10-working day SLA period to be assessed, without any additional push backs for any further information, so we would advise you begin the onboarding process as soon as possible. This can be longer if there are multiple requests for additional information.

Another thing to note- If you have selected the PS500,001+ , you will be required to submit a carbon reduction plan too as part of your onboarding process.

Please also be aware that selection questionnaires (first questionnaire) cannot be amended, so ensure all details are correct before moving on. If there are elements to the application that are incorrect, your application will be pushed back to require additional information.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0669a3
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/022896-2026
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services

71 - Architectural, construction, engineering and inspection services

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

50700000 - Repair and maintenance services of building installations

71334000 - Mechanical and electrical engineering services

79993000 - Building and facilities management services

Notice Value(s)

Tender Value
£25,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
13 Mar 2026Yesterday
Submission Deadline
Not specified
Future Notice Date
29 Apr 20262 months to go
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
HERTFORDSHIRE PARTNERSHIP UNIVERSITY NHS FOUNDATION TRUST
Additional Buyers

HERTFORDSHIRE COMMUNITY NHS TRUST

Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
HATFIELD
Postcode
AL10 8YE
Post Town
St Albans
Country
England

Major Region (ITL 1)
TLH East (England)
Basic Region (ITL 2)
TLH2 Bedfordshire and Hertfordshire
Small Region (ITL 3)
TLH26 North and East Hertfordshire
Delivery Location
TLH East (England)

Local Authority
Welwyn Hatfield
Electoral Ward
Peartree
Westminster Constituency
Welwyn Hatfield

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0669a3-2026-03-13T11:46:58Z",
    "date": "2026-03-13T11:46:58Z",
    "ocid": "ocds-h6vhtk-0669a3",
    "initiationType": "tender",
    "tender": {
        "id": "T/02 26/1854",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "HPFT, HCT - Hard Facilities Management Services",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "79993000",
            "description": "Building and facilities management services"
        },
        "mainProcurementCategory": "services",
        "description": "Hertfordshire Partnership University NHS Foundation Trust and Hertfordshire Community NHS Trust intend to procure a single supplier for the delivery of Hard Facilities Management services across their combined estates. The contract will include but not be limited to:<br/>* Mechanical Maintenance<br/>* Electrical Maintenance<br/>* Public Health Systems<br/>* Fabric and Roofing<br/>* Life Safety Systems<br/>* Statutory Compliance<br/>Optional Services:<br/>* Additional services may be requested via contract variation.<br/>* Additional purchases may be instructed where relevant to Hard FM delivery.<br/><br/>Soft FM services are excluded from this procurement.<br/><br/>Contract Term:<br/>Initial Term: 5 years<br/>Possible Extensions: Two further periods of 12 months each<br/>Maximum Contract Term: 7 years",
        "value": {
            "amount": 25000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Procurement Authorities:<br/><br/>*Crown Commercial Services (CCS)<br/>*Hertfordshire and West Essex (HWE) ICS NHS Procurement<br/><br/>The procurement will be undertaken via the Crown Commercial Services (CCS) RM6264 Facilities Management and Workplace Services Dynamic Purchasing System (DPS).<br/>The process will consist of:<br/><br/>Supplier Engagement:<br/><br/>The Supplier Engagement meeting will take place early April 2026 via a teams meeting, all suppliers on the chosen DPS filter categories or who have expressed interest in the PIN opportunity will be invited to the Supplier Engagement teams meeting.<br/><br/>The DPS filter categories that have been chosen are: <br/>* Landscaping Services (Grounds Maintenance)<br/>* Helpdesk Services<br/>* Estates Services<br/>* Miscellaneous FM Services (Energy & Utilities Services) <br/><br/>The DPS filter regions that have been chosen are: <br/>* Hertfordshire<br/>* Essex<br/>* Bedfordshire<br/>* Cambridgeshire<br/>* Norfolk<br/><br/>If you are interested in this opportunity, please respond by 26th March 2026<br/><br/>Please confirm your interest by emailing Amy Richardson - Procurement Manager at amy.richardson@nhs.net and Amy Bowen - CCS Commercial Officer - Facilities Management at amy.bowen@crowncommercial.gov.uk . All expression of interests will be invited to the Supplier Engagement teams meeting. <br/><br/>Capability Assessment: <br/><br/>The suppliers must pass the CCS DPS capability assessment to be invited to submit a full tender response. <br/><br/>Suppliers must onboard onto the DPS to take part in the capability assessment, the deadline for onboarding onto the DPS is 31st March 2026. <br/><br/>The Capability assessment will have a deadline of 5 working days and will be published Mid-April to all suppliers on the DPS that have been included in the DPS filter categories for the above services. The publish date is subject to amendment.<br/><br/>To Participate in this procurement, onboarding onto the CCS RM6264 Facilities Management and Workplace Services DPS is essential. Any supplier not onboarded onto the CCS DPS or not in the correct filter category will not be invited to the capability assessment.<br/><br/>The capability assessment will consist of the below Pass/Fail questions, we reserve the right to remove, add or amend any of the questions. <br/><br/>Mandatory Compliance & Standards: <br/><br/>Q1 - Does your organisation hold ISO 14001 certification?<br/>Q2 - Does your organisation hold ISO 9001 certification?<br/>Q3 - Do you hold Cyber Essentials (Basic)?<br/>Q4 - Employers' Liability at PS10,000,000 per claim minimum?<br/>Q5 - Public Liability at PS20,000,000 per claim minimum?<br/>Q6 - Loss of or damage to Trust Property PS10,000,000 per claim?<br/>Q7 - Continuous and Retroactive Professional Indemnity at PS10,000,000 per claim?<br/><br/>Technical & Operational Hard FM Capability:<br/><br/>Q8 - Minimum 3 years' Hard FM delivery in a live healthcare environment? (Acute, Community, Mental Health)<br/>Q9 - Competent engineering staff qualified to HTM standards?<br/>Q10 - Compliance processes for LOLER, Gas Safety, Electrical, Water Safety (HTM 04-01)?<br/>Q11 - Customer accessible helpdesk and CAFM system with real-time job logging, asset management, PPM, dashboards?<br/><br/>Financial & Organisational Strength:<br/><br/>Q12 - Provide 2 years of financial accounts showing stability?<br/>Q13 - Capacity to mobilise two Trust-level contracts?<br/>Quality, Safety & Risk Management <br/>Q14 - Certified safety management system aligned with CDM and NHS estates?<br/>Q15 - Process for incidents, near misses, service failures?<br/>Q16 - Business Continuity Plan covering emergencies, asset failure, supply chain disruption?<br/><br/>Mobilisation & Contract Readiness:<br/><br/>Q17 - Ability to mobilise within tight required window?<br/>Q18 - Experience managing TUPE transfers?<br/><br/>Supply Chain & Local Delivery Capability:<br/><br/>Q19 - Prequalified supply chain for specialist Hard FM services?<br/>Q20 - Ability to service 150 separate properties 24/7 365 days per year across Herts, Essex Bedfordshire, Cambridgeshire and Norfolk.<br/>Q21 - Local/regional response teams to meet SLAs?<br/><br/><br/>Tender Submission:<br/>The shortlisted suppliers from the capability assessment will be invited to submit full tenders.<br/>The Tender Submission will be electronic via the Bravo Solution (Jagger) e-procurement portal.<br/><br/>A minimum turnover threshold and compliance with statutory obligations will apply. Full details will be included within the Capability Assessment.<br/><br/><br/>How to onboard FM DPS:<br/><br/>1- follow this link (https://supplierregistration.cabinetoffice.gov.uk/dps?fh=1#buildingcleaningservices) to the FM DPS - on the left hand side, select the box for 'facilities management' and once selected, the Facilities management and Workplace services DPS will be an option<br/><br/>2- ensure you are looking at Facilities management and workplace services DPS and scroll down to select 'access as a supplier'<br/><br/>3- create a log in when prompted and trying to log in<br/><br/>4- once logged in, it should take you through to the selection questionnaire, this needs to be completed, and then you will begin to complete the second questionnaire (DPSQ).<br/><br/>5- as part of this questionnaire, you will need to upload your insurances (employers, public liability, professional indemnity and cyber essentials) and also the financial viability risk assessment. (This can be found in the bid pack accessible from the first step linked above, and it is within the bid pack folder, named 'attachment 3a financial viability risk assessment')<br/><br/>6- once this is completed, your application will be assessed to be appointed on the DPS. Please note there is a 10-working day SLA period to be assessed, without any additional push backs for any further information, so we would advise you begin the onboarding process as soon as possible. This can be longer if there are multiple requests for additional information.<br/><br/>Another thing to note- If you have selected the PS500,001+ , you will be required to submit a carbon reduction plan too as part of your onboarding process.<br/><br/>Please also be aware that selection questionnaires (first questionnaire) cannot be amended, so ensure all details are correct before moving on. If there are elements to the application that are incorrect, your application will be pushed back to require additional information.",
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50700000",
                        "description": "Repair and maintenance services of building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71334000",
                        "description": "Mechanical and electrical engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79993000",
                        "description": "Building and facilities management services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-04-30T00:00:00+01:00",
            "atypicalToolUrl": "https://atamis-1928.my.site.com/s/Welcome"
        },
        "crossBorderLaw": "UK",
        "coveredBy": [
            "GPA"
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-77204",
            "name": "Hertfordshire Partnership University NHS Foundation Trust",
            "identifier": {
                "legalName": "Hertfordshire Partnership University NHS Foundation Trust"
            },
            "address": {
                "streetAddress": "THE COLONNADES, BEACONSFIELD CLOSE",
                "locality": "HATFIELD",
                "region": "UKH23",
                "postalCode": "AL10 8YE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Amy-Louise Richardson",
                "telephone": "+47 881404711",
                "email": "amy.richardson@nhs.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.hpft.nhs.uk/",
                "buyerProfile": "https://www.hpft.nhs.uk/",
                "classifications": [
                    {
                        "id": "BODY_PUBLIC",
                        "scheme": "TED_CA_TYPE",
                        "description": "Body governed by public law"
                    },
                    {
                        "id": "07",
                        "scheme": "COFOG",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-177177",
            "name": "Hertfordshire Community NHS Trust",
            "identifier": {
                "legalName": "Hertfordshire Community NHS Trust"
            },
            "address": {
                "streetAddress": "Unit 1a, Howard Court, 14 Tewin Rd, Welwyn Garden City AL7 1BW",
                "locality": "Welwyn Garden City",
                "region": "UKH23",
                "postalCode": "AL7 1BW",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "amy.richardson@nhs.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.hct.nhs.uk/",
                "buyerProfile": "https://www.hct.nhs.uk/"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-77204",
        "name": "Hertfordshire Partnership University NHS Foundation Trust"
    },
    "language": "en"
}