Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Frontline Procurement, Swansea Bay University Health Board, Block A, Neath Port Talbot Hospital, Baglan Way.
Baglan
SA12 7BX
UK
Telephone: +44 1639684436
E-mail: julie.williams74@wales.nhs.uk
NUTS: UK
Internet address(es)
Main address: http://nwssp.nhs.wales/ourservices/procurement-services/
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
THE PROVISION OF HOUSEKEEPING SERVICES AT PORT TALBOT RESOURCE CENTRE
Reference number: SBU-OJEU-48294-015-JW-21
II.1.2) Main CPV code
98341110
II.1.3) Type of contract
Services
II.1.4) Short description
To provide a comprehensive Housekeeping Service to all clinical and non-clinical areas on the Site at the Resource Centre.
II.1.5) Estimated total value
Value excluding VAT:
390 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
98341110
II.2.3) Place of performance
NUTS code:
UKL17
II.2.4) Description of the procurement
To ensure that all areas of the Site are clean as required under the Performance Standards set out in the tables of this document, with minimum disruption to the Clinical Services. To ensure that adequate supplies of cleaning and personal hygiene materials are available. To provide assistance to employees as reasonably requested by the Authorised Officer.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2022
End:
31/03/2025
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Please refer to the PQQ within the tender.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Please refer to the PQQ within the eTender system, Bravo
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Please refer to the Specification and ITT of the tender.
Minimum level(s) of standards required:
Please refer to the Specification and ITT of the tender.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Please refer to the Specification and ITT of the tender.
Minimum level(s) of standards required:
Please refer to the Specification and ITT of the tender.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Please refer to the Specification and ITT of the tender.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
- Accelerated procedure
Justification:
N/A
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
13/12/2021
Local time: 15:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
20/12/2021
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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
Contracting Stage Anticipated Date/Timescales
OJEU/PQQ Issue - 9th November 2021
Supplier Selection Shortlist - W/C 13th December 2021
Notify Supplier of PQQ outcome - W/C 13th December 2021
Tender Issue - 4th January 2022
Tender Return - 4th February 2022
Evaluation - W/C 7th February 2022
Ratifications Board Approval Out / Return - W/C 21st February 2022
Publish Award / Standstill Period - W/C 7th March 2022
Contract Start - 1st April 2022
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=114543
(WA Ref:114543)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.4.4) Service from which information about the review procedure may be obtained
NHS Wales Shared Services Partnership
Frontline Procurement, Swansea Bay University Health Board, Block A, Neath Port Talbot Hospital, Baglan Way.
Baglan
SA12 7BX
UK
Telephone: +44 1639684436
E-mail: julie.williams74@wales.nhs.uk
Internet address(es)
URL: http://www.procurement.wales.nhs.uk
VI.5) Date of dispatch of this notice
10/11/2021