Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)The Royal Marsden Hospital NHS Foundation Trust
Fullham Road
For the attention of: Mr Dale Rees
SW3 6JJ London
UNITED KINGDOM
Telephone: +44 20331553020
E-mail:
Internet address(es):
General address of the contracting authority: www.royalmarsden.nhs.uk
Address of the buyer profile: www.royalmarsden.nhs.uk
Electronic access to information: https://www.lppsourcing.org/procontract/lpp/supplier.nsf/frm_home?ReadForm
Electronic submission of tenders and requests to participate: https://www.lppsourcing.org/procontract/lpp/supplier.nsf/frm_home?ReadForm
Further information can be obtained from: The Royal Marsden Hospital NHS Foundation Trust
Fullham Road
For the attention of: Mr Dale Rees
SW3 6JJ London
UNITED KINGDOM
Telephone: +44 20331553020
E-mail:
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The Royal Marsden Hospital NHS Foundation Trust
Fullham Road
For the attention of: Mr Dale Rees
SW3 6JJ London
UNITED KINGDOM
Telephone: +44 20331553020
E-mail:
Tenders or requests to participate must be sent to: The Royal Marsden Hospital NHS Foundation Trust
Fullham Road
For the attention of: Mr Dale Rees
SW3 6JJ London
UNITED KINGDOM
Telephone: +44 20331553020
E-mail:
I.2)Type of the contracting authorityBody governed by public law
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
RMH Catering - Supply of Sandwiches 2016.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
NUTS code UKJ,UKF,UKH,UKI,UKG
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with several operators
Number of participants to the framework agreement envisaged: 3
Duration of the framework agreement
Duration in years: 48
Justification for a framework agreement, the duration of which exceeds four years: N/A.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 300 000 and 400 000 GBP
II.1.5)Short description of the contract or purchase(s)
Chilled Sandwiches for both Welfare and Patient consumption.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Trust is looking to appoint a supplier of Chilled Sandwiches for both Welfare and Patient consumption for the Royal Marsden NHS Foundation Trust for a period of no longer than 4 years.
Estimated value excluding VAT:
Range: between 75 000 and 100 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
N/A.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
N/A.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
N/A.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: As detailed in the PQQ.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As detailed in the PQQ.
Minimum level(s) of standards possibly required: As detailed in the PQQ.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As detailed in the PQQ.
Minimum level(s) of standards possibly required:
As detailed in the PQQ.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged number of operators: 6
Objective criteria for choosing the limited number of candidates: The trust will evaluate all bidders submissions, the top 6 scoring suppliers based upon the evaluation and scoring criteria as defined within the published PQQ documentation and more specifically in relation to the Technical Ability & Financial D & B sections of the PQQ these top 6 bidders will then be invited through to the ITT section of the Tender.
IV.1.3)Reduction of the number of operators during the negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
A8KH-WBEHAB
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate20.6.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates27.6.2016
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 18.7.2016 - 12:00
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:19.5.2016