SECTION I: CONTRACTING AUTHORITY
I.1)NAME, ADDRESSES AND CONTACT POINT(S)South London Healthcare NHS Trust
Queen Mary's Hospital, Frognal Avenue
Attn: Mr. Roman Klimczak
DA14 6LT Sidcup
UNITED KINGDOM
Tel. +44 2083083009
E-mail:
Fax +44 2083085524
Further information can be obtained at: As in above-mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: As in above-mentioned contact point(s)
Tenders or requests to participate must be sent to: South London Healthcare NHS Trust
Queen Mary's Hospital, Frognal Avenue
Attn: Ms. Malvina Goring
DA14 6LT Sidcup
UNITED KINGDOM
E-mail:
I.2)TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIESBody governed by public law
Health
The 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 authoritySoft FM Services (Catering and Domestic).
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category: No 17
NUTS code UKI22
II.1.3)The notice involvesA public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)Facilities management services. South London Healthcare NHS Trust is seeking expressions of interest in a contract for the provision of Soft FM Services to our Queen Mary's Hospital and several satellite administration buildings. The services included within the scope will be Cleaning and Catering (Patient/Staff and Visitors) The contract will be for a period of 3 years with an option to extend by no more than 2 periods of twelve months each. The Trust is looking for innovations in the provision of the catering service to our Patients/Staff and Visitors and a reactive Housekeeping service that incorporates NPSA 07 cleaning regulations as standard. Also a hygiene bin and waste collection service. Bidders can bid for a single service or combination of services.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Contract covered by the Government Procurement Agreement (GPA)Yes
II.1.8)Division into lotsYes
tenders should be submitted for one or more lots
II.1.9)Variants will be acceptedNo
II.2)QUANTITY OR SCOPE OF THE CONTRACT
II.2.1)Total quantity or scopeSouth London Healthcare NHS Trust is seeking expressions of interest in a contract for the provision of Soft FM Services to our Queen Mary's Hospital and several satellite administration buildings. The services included within the scope will be Cleaning and Catering (Patient/Staff and Visitors) The contract will be for a period of 3 years with an option to extend by no more than 2 periods of twelve months each. The Trust is looking for innovations in the provision of the catering service to our Patients/Staff and Visitors and a reactive Housekeeping service that incorporates NPSA 07 cleaning regulations as standard. Also a hygiene bin and waste collection service.
II.2.2)OptionsYes
description of these options: The contract period will be for 3 years with an option to extend (at the Trust's discretion) by no more than 2 periods of 12 months each.
provisional timetable for recourse to these options: in months: 36 (from the award of the contract)
Number of possible renewals 2
in the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts: in months: 12 (from the award of the contract)
II.3)DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION
INFORMATION ABOUT LOTS
LOT NO: 1 TITLE Catering Service1)SHORT DESCRIPTIONSouth London Healthcare NHS Trust is seeking expressions of interest in a contract for the provision of Soft FM Services to our Queen Mary's Hospital. The services is for Catering (Patient/Staff and Visitors) The contract will be for a period of 3 years with an option to extend by no more than 2 periods of twelve months each. The Trust is looking for innovations in the provision of the catering service to our Patients/Staff and Visitors.
2)COMMON PROCUREMENT VOCABULARY (CPV) 3)QUANTITY OR SCOPE
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 2 TITLE Domestic Services1)SHORT DESCRIPTIONSouth London Healthcare NHS Trust is seeking expressions of interest in a contract for the provision of Soft FM Services to our Queen Mary's Hospital and several satellite administration buildings. The services included within the scope will be Cleaning and Housekeeping on the main Hospital site to NPSA 07 cleaning regulations and additional service to satalite buildings. This will also involve hygene bin and waste collection service. The contract will be for a period of 3 years with an option to extend by no more than 2 periods of twelve months each.
2)COMMON PROCUREMENT VOCABULARY (CPV) 3)QUANTITY OR SCOPE
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
III.1)CONDITIONS RELATING TO THE CONTRACT
III.1.1)Deposits and guarantees requiredParant Company Guarentee and performance bond may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating themTo be specified in the Invitation to Tender.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awardedIn the event of a group of contractors submitting an acceptable offer it will be necessary to provide an undertaking that each Company will be jointly and severally responsible for the performance of any contracts awarded.
III.1.4)Other particular conditions to which the performance of the contract is subjectNo
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 requirements are met: (a) Is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) Is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) Has been convicted by a judgement which has he force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) Has been guilty of grave professional misconduct proven by ay means which the contracting authorities can demonstrate;
(e) Has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) Has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) Is guilty of serious misrepresentation in supplying the information required under this section or has not supplied such information;
(h) Has been the subject of a conviction for participation in a criminal organisation as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) Has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) Has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) Has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
Please refer to the Pre qualification questionnaire (PQQ). This is available from the contact point in section 1.1 of this notice. The PQQ must be completed and returned to the e-mail as set out in Section 1.1.3 of this notice by the deadline listed in section IV 3.4 of the notice.
III.2.2)Economic and financial capacityInformation and formalities necessary for evaluating if requirements are met: * Information and formalities necessary for evaluating if requirements are met. * Please refer to PQQ.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if requirements are met:
(b) A list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
* Information and formalities necessary for evaluating if requirements are met. * Please refer to PQQ.
III.2.4)Reserved contractsNo
III.3)CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1)Execution of the service is reserved to a particular professionNo
III.3.2)Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service
SECTION IV: PROCEDURE
IV.1)TYPE OF PROCEDURE
IV.1.1)Type of procedureAccelerated restricted
Justification for the choice of accelerated procedure: As directed and allowed under the OJEU Regulations statement IP/08/2040 dated 19.12.2008.
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 6
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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)An electronic auction will be usedNo
IV.3)ADMINISTRATIVE INFORMATION
IV.3.1)File reference number attributed by the contracting authorityT11SLH0085
IV.3.2)Previous publication(s) concerning the same contractNo
IV.3.3)Conditions for obtaining specifications and additional documentsTime limit for receipt of requests for documents or for accessing documents 22.7.2011 - 12:00
Payable documents No
IV.3.4)Time-limit for receipt of tenders or requests to participate29.7.2011 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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 tender
IV.3.8)Conditions for opening tenders
SECTION VI: COMPLEMENTARY INFORMATION
VI.1)THIS IS A RECURRENT PROCUREMENTNo
VI.2)CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDSNo
VI.3)ADDITIONAL INFORMATIONThe contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs).However, any selection of tenderers will be based solely on the criteria set out for the procurement,and the contract will be awarded on the basis of the most economically advantageous tender. The Trust does not bind itself to accept the lowest or any bid and confirms that the issue of the Invitation to Tender does not constitute any form of instruction. As such the Trust accepts no responsibility for any costs in relation to the preparation or submission of bids (and/or, for the avoidance of doubt, PQQs) GO Reference: GO-201176-PRO-2472485.
VI.4)PROCEDURES FOR APPEAL
VI.4.1)Body responsible for appeal proceduresBody responsible for mediation procedures
South London Healthcare NHS Trust
The Chief Executives Office, Frognal Avenue
DA14 6LT Sidcup
UNITED KINGDOM
Tel. +44 2083022678
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Within 10 Calender days of the of the Award being notified.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)DATE OF DISPATCH OF THIS NOTICE:6.7.2011