Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

The Provision of a Managed Bio-Decontamination Service.

  • First published: 17 July 2014
  • Last modified: 17 July 2014
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
The Rotherham NHS Foundation Trust
Authority ID:
AA22608
Publication date:
17 July 2014
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

In 2009 the Trust tendered for a managed, bio-decontamination service in order to ensure that maximum levels of cleanliness are achieved and maintained. Both the equipment and service provides an efficacy Log 6 by Biological indicators.

The service providers liaise with trust representatives to provide the service requirements at locations throughout the hospital; this can be planned and reactive work including Bio-Decontamination of our Laboratories to efficacy Log 6 by Biological indicators.

Rooms and areas are secured and policed while the ‘fogging' is complete, providing the relevant notices and warning signs to prevent incidents. A member of the service providers team is present until safe ‘gas' levels are indicated. The machinery is then removed and stored securely on site. Reports are completed after every service provided, indicating the location of the works, the nature of the works and the results.

The provider has a store on site in which to keep the machinery and consumables.

The Trust is now looking to tender the managed service for this requirement again.

The Specification

The purpose of this specification document is to provide potential Service Providers with an overview of the Trust requirements for this service and provide potential bidders with the option to fully demonstrate how they will meet the Trusts requirements as service providers.

In delivering this service, the service provider must comply with the following key objectives:

— The agent/process used in order to carry this out must have proven biological efficacy Log 6 by biological indicators against a wide range of nosocomial pathogens and be capable of being applied in areas that contain sensitive, electro-mechanical and medical electronic equipment without causing disruption to equipment performance

— Must be able to clean laboratories to Log 6 efficacy levels by Biological indicators.

— Must be able to clean wards, toilets, bays, and any area within the hospital as required to Log 6 efficacy levels by Biological indicators

— Minimise disruption to the Trusts operations/activities

— Maintain a safe environment with minimal noise, using safe working practices, and ensure that any health & safety practices are adhered to.

— Provide an efficient, responsive, comprehensive and effective service based on sound technical operational requirements and standards.

— Operate a recognised risk assessment/management system to ensure that standards remain at the highest level, and that any slippage is recognised and corrected.

— Ensure that the required service standards are achieved through the use of Good Industry practice, key staffing, staff training, equipment fit for purpose, effective management systems, clear performance targets and appropriate levels of monitoring;

— Provide a flexible service that is responsive to Trust requirements and the hospital environment;

— Ensure effective communication through daily liaison with the Trust identified personnel.

The contract for the Managed Bio-Decontamination Service is intended to provide a managed, Bio-Decontamination service for Rotherham NHS Foundation Trust for a period of 2 years with the option to extend for a further 1 year plus 1 year (maximum contract duration 4 years). The service will be provided within those areas as determined by the Trust Facilities and/or Infection prevention and Control representatives; and is not restricted to certain wards or departments within the hospital.

Service Provision

Service providers are requested to propose a solution for the provision of a specialised decontamination service in the form of a managed, service in a safe and controlled manner. The agent/process used in order to carry this out must have proven biological efficacy Log 6 by biological indicators against a wide range of nosocomial pathogens and be capable of being applied in ar

Full notice text

CONTRACT AWARD NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


The Rotherham NHS Foundation Trust

Woodside, 120 Moorgate Road

Rotherham

S60 2UA

UK

Louise Roberts


louise.roberts@rothgen.nhs.uk


www.rotherhamhospital.nhs.uk



https://noecpc.bravosolution.co.uk

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

The Provision of a Managed Bio-Decontamination Service.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

25
Yes

II.1.2)

Main site or location of works, place of delivery or performance

The Rotherham NHS Foundation Trust.


UKE

II.1.3)

This notice involves a framework agreement

Unchecked box
Unchecked box

II.1.4)

Short description of the contract or purchase(s)

In 2009 the Trust tendered for a managed, bio-decontamination service in order to ensure that maximum levels of cleanliness are achieved and maintained. Both the equipment and service provides an efficacy Log 6 by Biological indicators.

The service providers liaise with trust representatives to provide the service requirements at locations throughout the hospital; this can be planned and reactive work including Bio-Decontamination of our Laboratories to efficacy Log 6 by Biological indicators.

Rooms and areas are secured and policed while the ‘fogging' is complete, providing the relevant notices and warning signs to prevent incidents. A member of the service providers team is present until safe ‘gas' levels are indicated. The machinery is then removed and stored securely on site. Reports are completed after every service provided, indicating the location of the works, the nature of the works and the results.

The provider has a store on site in which to keep the machinery and consumables.

The Trust is now looking to tender the managed service for this requirement again.

The Specification

The purpose of this specification document is to provide potential Service Providers with an overview of the Trust requirements for this service and provide potential bidders with the option to fully demonstrate how they will meet the Trusts requirements as service providers.

In delivering this service, the service provider must comply with the following key objectives:

— The agent/process used in order to carry this out must have proven biological efficacy Log 6 by biological indicators against a wide range of nosocomial pathogens and be capable of being applied in areas that contain sensitive, electro-mechanical and medical electronic equipment without causing disruption to equipment performance

— Must be able to clean laboratories to Log 6 efficacy levels by Biological indicators.

— Must be able to clean wards, toilets, bays, and any area within the hospital as required to Log 6 efficacy levels by Biological indicators

— Minimise disruption to the Trusts operations/activities

— Maintain a safe environment with minimal noise, using safe working practices, and ensure that any health & safety practices are adhered to.

— Provide an efficient, responsive, comprehensive and effective service based on sound technical operational requirements and standards.

— Operate a recognised risk assessment/management system to ensure that standards remain at the highest level, and that any slippage is recognised and corrected.

— Ensure that the required service standards are achieved through the use of Good Industry practice, key staffing, staff training, equipment fit for purpose, effective management systems, clear performance targets and appropriate levels of monitoring;

— Provide a flexible service that is responsive to Trust requirements and the hospital environment;

— Ensure effective communication through daily liaison with the Trust identified personnel.

The contract for the Managed Bio-Decontamination Service is intended to provide a managed, Bio-Decontamination service for Rotherham NHS Foundation Trust for a period of 2 years with the option to extend for a further 1 year plus 1 year (maximum contract duration 4 years). The service will be provided within those areas as determined by the Trust Facilities and/or Infection prevention and Control representatives; and is not restricted to certain wards or departments within the hospital.

Service Provision

Service providers are requested to propose a solution for the provision of a specialised decontamination service in the form of a managed, service in a safe and controlled manner. The agent/process used in order to carry this out must have proven biological efficacy Log 6 by biological indicators against a wide range of nosocomial pathogens and be capable of being applied in areas that contain sensitive, electro-mechanical and medical electronic equipment without causing disruption to equipment performance.

It is expected that the service provider is expected to ensure that 75 hours cleaning time per week is provided to the Trust. An example of the cleans carried out at RFT over the last 12 months is attached at Appendix 1. The information detailed within this appendix are the number of cleans, this included, side rooms, 6-bed wards and toilets. A clean does not equal one room.

Average sizes of areas to be cleaned as part of this contract:

Room Type Volume

Bay 120 Cubic Meters

Cubical 30 Cubic Meters

Bathroom 20-30 Cubic Meters

Toilet 6 Cubic Meters

All employees of the service providers must be qualified and trained to deliver this service.

All employees of the service provider must be Disclosure and Barring Service (DBS) checked and certificates provided.

This service will be provided to the Trust separately, outside of any existing or contracted-out manual cleaning methods, and will not directly have influence upon, interference with, or contribution to existing methods.

4.3 Scope of works.

The Service shall encompass the following elements:

Definition of a managed service, bio-decontamination provision, focusing on, but not limited to:

Configuration of an team

Management processes

Control processes

Demonstration of a clear understanding of the service provision required

Reporting and feedback mechanisms

Contract monitoring and review

Cleaning of all areas of the hospital as required to efficacy Log 6 by Biological indicators.

The contract term is 2 years, with the option to extend for 1 year plus 1 year (Maximum contract duration 4 years).

II.1.5)

Common Procurement Vocabulary (CPV)

90911200

II.1.6)

Contract covered by the government procurement agreement (GPA)

Yes

II.2)

Total final value of the contract(s)

II.2.1)

Total final value of the contract(s)

   120 000   480 000   GBP   

Section IV: Procedure

IV.1)

Type of procedure

IV.1.1)

Type of procedure

IV.2)

Award criteria

IV.2.1)

Award criteria

Unchecked box
Checked box
Price 29
Quality 46

IV.2.2)

An electronic auction has been used

No

IV.3)

Administrative information

IV.3.1)

File reference number attributed by the contracting authority

Project 1384LR01

IV.3.2)

Previous publication(s) concerning the same contract

Other previous publications

Section V: Award of contract

V.1)

Date of contract award:

V.2)

Numbers of offers received:

V.3)

Name and address of economic operator to whom the contract has been awarded


Bioquell Limited

52 Royce Close

Andover

SP10 3TS

UK




V.4)

Information on value of contract

V.5)

The contract is likely to be subcontracted

No

Short description of the value/proportion of the contract to be subcontracted

Section VI: Complementary Information

VI.1)

Contract related to a project and/or programme financed by community funds?

No



VI.2)

Additional Information

Instructions How to Express Interest in this Tender~: 1. Register your company on the eSourcing portal (required once) - Browse to the eSourcing Portal:

https://noecpc.bravosolution.co.uk and click the link to register - Accept the terms and conditions and click ‘continue' - Enter your correct details - Note the username you chose and click ‘Save' when complete - You will shortly receive an email with your unique password (keep this secure). Once registered, please follow the steps to import your sid4health profile, the instructions to do so are in the ‘Supplier Import guide' once logged in. You will then be able to express interest in the tender exercise that is of interest to you 2. Express an Interest in the tender - Login to the portal with the username/password - Click the ‘PQQs / ITTs Open To All Suppliers' link. (These are Pre-Qualification Questionnaires/ Invitations to Tender open to any registered supplier) - Click on the relevant ITT to access the content. - Click the ‘Express Interest' button at the top of the page. - This will move the ITT into your ‘My ITTs' page. (This is a secure area reserved for your projects only) -You can now access any attachments by clicking ‘Buyer Attachments' in the ITT Details' box 3. Responding to the tender - Click ‘My Response' under ITT Details', you can choose to ‘Create Response' or to ‘Decline to Respond' (please give a reason if declining) - You can now use the ‘Messages' function to communicate Powered by BravoSolution eSourcing Technology 15 / 19 with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the ITT - There may be a mixture of online and offline actions for you to perform (there is detailed online help available) You must then submit your reply using the ‘Submit Response' button at the top of the page. If you require any further assistance please consult the online help or contact the eTendering help desk at +44 8003684580 or help@bravosolution.co.uk

The deadline for submitting a response to the ITT is 17:00 hours on 22.4.2014. Tenders and all supporting documentation for the contract must be priced in sterling and written in English. Any agreement entered into will be considered a contract made in England according to English law and will be subject to the exclusive jurisdiction of the English Courts. The Rotherham NHS Foundation Trust is not liable for any costs incurred by those expressing an interest in and/or tendering for this contract opportunity. The Rotherham NHS Foundation Trust reserves the right to terminate the procurement process (or part of it), to change the basis of and the procedures for the procurement process at any time or to procure the subject matter of the contract by alternative means if it appears that it can be more advantageously procured by alternative means. The most economically advantageous or any tender will not automatically be accepted.

The range stated in section II.2.1 of this notice is indicative only and and the final value of the contract will depend on the final tenders received by The Rotherham NHS Foundation Trust and the tender submitted by the successful tenderer. The Rotherham NHS Foundation Trust therefore reserves the right to award a contract for more or less that the range indicated in section II.2.1 of this notice.

The Rotherham NHS Foundation Trust reserves the right to accept variant tenders as set out in the Invitation to Tender documentation.

VI.4) PROCEDURES FOR APPEAL

VI.4.1) Body responsible for appeal procedures

Powered by BravoSolution eSourcing Technology 16 / 19

VI.3)

Procedures for appeal

VI.3.1)

Body responsible for appeal procedures


The Rotherham NHS Foundation Trust

120, Moorgate Road

Rotherham

S60 2TU

UK




Body responsible for mediation procedures










VI.3.2)

Lodging of appeals

The Rotherham NHS Foundation Trust will incorporate a minimum 10 calendar day standstill period at the point information on the award of contract is communicated to tenderers, in accordance with Regulation 32A of the Public Contracts Regulations 2006. Any tenderer wishing to appeal the decision to award the contract, or after the award of the contract appeal the award of the contract, shall have the rights set out in Part 9 of the Public Contracts Regulations 2006.

VI.3.3)

Service from which information about the lodging of appeals may be obtained










VI.4)

Dispatch date of this Notice

 11-07-2014

Coding

Commodity categories

ID Title Parent category
90911200 Building-cleaning services Accommodation, building and window cleaning services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
louise.roberts@rothgen.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.