{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-05f303-2026-03-10T17:39:44Z",
    "date": "2026-03-10T17:39:44Z",
    "ocid": "ocds-h6vhtk-05f303",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PTPP-1281-DTGJ",
            "name": "MOORFIELDS EYE HOSPITAL NHS FOUNDATION TRUST",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PTPP-1281-DTGJ"
            },
            "address": {
                "streetAddress": "162 City Road",
                "locality": "London",
                "postalCode": "EC1V 2PD",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI43"
            },
            "contactPoint": {
                "name": "Partners Procurement Service",
                "email": "rf.ppstenders@nhs.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PTPP-1281-DTGJ",
        "name": "MOORFIELDS EYE HOSPITAL NHS FOUNDATION TRUST"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Moorfields Eye Hospital NHS Foundation Trust (\"MEH\") and the Institute of Ophthalmology, University College London (\"UCL IoO\") (together, the \"Authorities\"), are inviting expressions of interest from suppliers to participate in pre-market engagement in relation to the Authorities' proposed procurement of Move Management Services (the \"Services\"). This market engagement aims to: - inform the market of the Authorities' intention to procure the Services; - assess the level of market interest and capability; and - obtain feedback to help the Authorities refine the proposed approach, including proposed timelines, contract terms and indicative key performance indicators. Proposed engagement activity (webinar and questionnaire) As part of this process, the Authorities will hold an information-only virtual webinar via Microsoft Teams on Thursday, 18 December 2025, during which the Authorities will provide further detail and respond to clarification questions from attendees. Following the webinar, suppliers will have the opportunity to provide feedback by completing and returning a Pre-Market Engagement Questionnaire. The Authorities intend that completed questionnaires will be returned in early January 2026 (deadline to be confirmed in the webinar materials and/or covering email). The Authorities may use the feedback received to inform and refine their subsequent documentation and approach. How to register / submit responses To confirm attendance at the webinar and/or to request the questionnaire, please respond by no later than 16:00 on Wednesday, 17th December 2025 by emailing rf.ppstenders@nhs.net with the following information: - Names and email addresses of up to five (5) attendees from your organisation who wish to join the virtual event. - Following registration, each provider will receive a Bidder Briefing Document and Questionnaire. - The completed questionnaire must be submitted back to rf.ppstenders@nhs.net by no later than the deadline stated within the Bidder Briefing Document. Important notes Participation in this engagement is voluntary, does not form part of any formal tender process, and does not create any commitment on either Authority to proceed with a procurement or to award any contract. Participation will not confer any advantage or disadvantage in any subsequent process run by MEH.",
                "dueDate": "2025-12-17T23:59:59Z",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "081621-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/081621-2025",
                "datePublished": "2025-12-10T15:43:34Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "ocds-h6vhtk-05f303",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "MEH&UCL Relocation Services",
        "description": "This procurement is being conducted by Moorfields Eye Hospital NHS Foundation Trust (\"MEH\") in accordance with the Procurement Act 2023. University College London (acting through its Institute of Ophthalmology) (\"UCL IoO\") is participating in this procurement. The intention is to appoint a single supplier to deliver relocation services for both organisations. At the conclusion of the procurement process, MEH and UCL IoO each intend to enter into separate contractual arrangements with the successful Tenderer. MEH and UCL IoO are seeking to appoint a suitably experienced supplier to provide relocation services in support of the planned relocation of clinical, research, laboratory and administrative services from existing sites to a new integrated centre. The contract scope will include the coordinated planning, management and delivery of relocation and decanting activities for hospital clinical services and laboratory services and associated assets. This will include specialist equipment, fridges and freezers, chemicals, wet laboratory items including biological samples, information technology equipment and general administrative facilities. The appointed supplier will be required to deliver a safe, controlled and sequenced move approach that maintains service continuity and manages the constraints and risks associated with clinical service operations and laboratory environments. Existing sites include: Moorfields Eye Hospital NHS Foundation Trust, 162 City Road, London EC1V 2PD (and associated satellite buildings); and University College London Institute of Ophthalmology, 11-43 Bath Street, London EC1V 9EL. The new integrated centre (\"Oriel\") is located at: 4 St Pancras Way, London NW1 0QG. The Contracting Authority is utilising an electronic Tendering system (\"E-Tendering Portal\") to manage this Contract Opportunity and communicate with Tenderers. Accordingly, there will be no hard copy documents issued to Tenderers and all communications with the Contracting Authority, including the submission of Tenders, will be conducted solely via the following link: https://atamis-1928.my.site.com/s/Welcome (contract reference number \"C422424\") For further assistance or specific queries, you can contact the helpdesk via the online Help Centre at: Phone: +44 (0) 800 098 8201 Email: support-health@atamis.co.uk Supplier Portal User Guide: https://sp-user-guide.refined.site/space/SPUG A detailed description of the requirements of the participating bodies, including the procurement process, award criteria, technical specifications and goods/works/services to be provided, is contained in the associated tender documentation available at the above link, in particular the document titled Instructions and Guidance to Tenderers.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "98392000",
                        "description": "Relocation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 1500000,
            "amount": 1250000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2026-07-15T00:00:00+01:00",
                    "endDate": "2027-10-14T23:59:59+01:00"
                },
                "status": "active",
                "value": {
                    "amountGross": 1500000,
                    "amount": 1250000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "cost",
                            "name": "Commercial (Price)",
                            "description": "Further detail of the evaluation methodology is set out in the procurement documents.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Technical Quality",
                            "description": "Technical Quality, including: - Move Methodology - Project Plan - Resource Schedule - Risk Management - Specialist Medical Equipment and OEM Management - Asset Tracking and Validation",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "Social Value, including: - Sustainability - Workforce, Skills and Fair Work",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 4
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Tenderers will be required to demonstrate appropriate financial standing and economic capacity to perform the Contract. This will include provision of financial information and confirmation that there are no applicable mandatory or discretionary exclusion grounds under Schedules 6 and 7 of the Procurement Act 2023."
                        },
                        {
                            "type": "technical",
                            "description": "Tenderers will be required to demonstrate relevant technical and professional ability at Stage 1 through completion of a Supplier Information Questionnaire. This will include evidence of experience in delivering complex healthcare and/or laboratory relocation projects, including management of clinical environments, specialist equipment, hazardous and temperature-controlled materials, and multi-stakeholder operational settings. The Conditions of Participation will be scored and the four (4) highest-ranked Tenderers will be invited to submit a Tender."
                        },
                        {
                            "description": "Pass / Fail questions and Scored Questions",
                            "forReduction": true
                        }
                    ]
                }
            }
        ],
        "status": "active",
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "This procurement is being conducted by Moorfields Eye Hospital NHS Foundation Trust as a Competitive Flexible Procedure in accordance with section 20 of the Procurement Act 2023 for the award of a public contract. University College London (acting through its Institute of Ophthalmology) is participating in this procurement. At the conclusion of the process, MEH and UCL IoO each intend to enter into separate contractual arrangements with the successful Tenderer. This will be a two (2) stage process: Stage 1: Submission by each Tenderer of a response to the Supplier Information Questionnaire 1 (to be scored for shortlisting the four (4) highest-ranked tenderers that will be selected to progress to Stage 2) and the assessment of each such Supplier Information Questionnaire submission received by the Contracting Authority in accordance with this ITT Pack. The Conditions of Participation will be scored and applying the selection criteria set out in Section 4 (Selection and Tender Assessment), the four (4) highest-ranked tenderers will be selected and invited to progress to the next stage of the tender process, which will include the Invitation to Tender (Stage 2); and Stage 2: Invitation by the Contracting Authority of all those Tenderers selected to participate further in this tender process to submit a Tender (following assessment of each Supplier Information Questionnaire submission) and the assessment of each Tender submission received by the Contracting Authority in accordance with this ITT Pack. As part of Stage 2, the process will include: * A mandatory site visit; and * Tenderer presentations for clarification purposes (presentations will not be scored separately). The procedure will not include negotiation."
        },
        "submissionMethodDetails": "The Authority will be using the Atamis E-Tendering Portal to conduct the procurement process (\"E-Tendering Portal\"). The E-Tendering Portal can be accessed at https://atamis-1928.my.site.com/s/Welcome All communications (including submission of Conditions of Participation and Tenders) should be carried out via the E-Tendering Portal.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-04-08T10:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2026-04-08T10:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-06-22T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "021545-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/021545-2026",
                "datePublished": "2026-03-10T17:39:44Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}