Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Norfolk Community Health and Care NHS Trust
Bowthorpe Road
Norwich
NR2 3TU
UK
Contact person: Lisa Galbraith
Telephone: +44 1603785860
E-mail: Lisa.Galbraith@nchc.nhs.uk
NUTS: UKH1
Internet address(es)
Main address: http://www.norfolkcommunityhealthandcare.nhs.uk/
Address of the buyer profile: http://www.norfolkcommunityhealthandcare.nhs.uk/
I.1) Name and addresses
Norfolk and Suffolk Foundation Trust
Bowthorpe Road, Hellesdon Hospital, Drayton High Road
Norwich
NR2 3TU
UK
Contact person: Lisa Galbraith
E-mail: Lisa.Galbraith@nchc.nhs.uk
NUTS: UKH1
Internet address(es)
Main address: http://www.nsft.nhs.uk/Pages/Home.aspx
I.1) Name and addresses
Queen Elizabeth Hospital
Bowthorpe Road
Norwich
NR2 3TU
UK
E-mail: Lisa.Galbraith@nchc.nhs.uk
NUTS: UKH16
Internet address(es)
Main address: http://www.qehkl.nhs.uk/
I.1) Name and addresses
Norfolk and Norwich University Hospital NHS Foundation Trust
Bowthorpe Road
Norwich
NR2 3TU
UK
E-mail: Lisa.Galbraith@nchc.nhs.uk
NUTS: UKH15
Internet address(es)
Main address: http://www.nnuh.nhs.uk/
I.1) Name and addresses
James Paget University Hospital NHS Foundation Trust
Bowthorpe Road, Gorleston-on-Sea
Norwich
NR2 3TU
UK
E-mail: Lisa.Galbraith@nchc.nhs.uk
NUTS: UKH15
Internet address(es)
Main address: https://www.jpaget.nhs.uk/
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.delta-esourcing.com/tenders/UK-UK-Norwich:-Facilities-management-services./6NPP3469Y2
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.delta-esourcing.com/tenders/UK-UK-Norwich:-Facilities-management-services./6NPP3469Y2
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://www.delta-esourcing.com/tenders/UK-UK-Norwich:-Facilities-management-services./6NPP3469Y2
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
Cleaning, Catering (Hostess) and Portering Services
Reference number: 383655380
II.1.2) Main CPV code
79993100
II.1.3) Type of contract
Services
II.1.4) Short description
The Authority is looking for cleaning, catering and portering services to replace the current, bundled service contracts held by NCHC and NSFT. The cleaning service will, in many cases, be in clinical areas and so compliance with relevant national standards are applicable. The catering service is essentially a hostess service — the serving of cook-chill or cook-freeze meals on site.
The estimated total value of the resultant Framework has been calculated as follows:
— 4 year contract for each service for NCHC = 10 200 000 GBP approx,
— 4 year contract for each service for NSFT = 15 500 000 GBP approx.
The Authorities are able to put additional contracts in place prior to the end of the framework period for up to another 4 years. This would bring the maximum potential value for this framework to 52 000 000 GBP approx.
The remaining 8 000 000 GBP has been included to allow other named Authorities to utilise the Framework Agreement during the term.
II.1.5) Estimated total value
Value excluding VAT:
60 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
The framework is split into 3 lots, namely: cleaning, catering and portering services. Bidders may bid for 1, 2 or all 3 lots. Each lot will be awarded in it's own merit, however bidders are encouraged to submit pricing for individual lots as well as a second pricing file for lots which is applicable when the bidder is awarded more than one lot, showing any efficiencies attributable.
II.2) Description
Lot No: Lot 1
II.2.1) Title
Lot 1: Cleaning Services
II.2.2) Additional CPV code(s)
90910000
90919200
II.2.3) Place of performance
NUTS code:
UKH17
UKH14
UKH16
UKH15
Main site or place of performance:
Breckland and South Norfolk, Suffolk, North and West Norfolk, Norwich and East Norfolk.
II.2.4) Description of the procurement
This lot of the framework is for cleaning services within the NHS. As such, cleaning services required include the following: scheduled and reactive cleaning; deep/periodic cleans; discharge, terminal and clinical cleaning; spillage cleaning; specialist cleaning and waste handling.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
45 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Objective criteria for choosing the limited number of candidates:
Selection criteria is based on the standard selection questionnaire (SQ) for public sector procurement with additional questions relating to human resources and health and safety.
II.2.10) Information about variants
Variants will be accepted:
Yes
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
II.2.14) Additional information
If less then 3 bidders qualify to progress to the next stage, the Authority will, taking all circumstances into consideration, determine whether the competition for the lot is still valid or whether it needs to be amended for republication.
Lot No: Lot 2
II.2.1) Title
Lot 2: Catering (Hostess) Services
II.2.2) Additional CPV code(s)
55520000
II.2.3) Place of performance
NUTS code:
UKH1
Main site or place of performance:
East Anglia.
II.2.4) Description of the procurement
The Authority is looking for Catering (Hostess) Services for all inpatient wards across NCHC and NSFT sites. These services are based on the reheating of pre-prepared cook-chill and cook-freeze meals.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
10 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Objective criteria for choosing the limited number of candidates:
Selection criteria is based on the standard selection questionnaire (SQ) for public sector procurement with additional questions relating to human resources and health and safety.
II.2.10) Information about variants
Variants will be accepted:
Yes
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
II.2.14) Additional information
If less then 3 bidders qualify to progress to the next stage, the Authority will, taking all circumstances into consideration, determine whether the competition for the lot is still valid or whether it needs to be amended for republication.
Lot No: Lot 3
II.2.1) Title
Lot 3: Portering Services
II.2.2) Additional CPV code(s)
98341120
II.2.3) Place of performance
NUTS code:
UKH1
Main site or place of performance:
East Anglia.
II.2.4) Description of the procurement
The Authority is looking to put a framework in place for portering services across a number of NCHC and NSFT sites. Further information can be found in the specification documents.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
5 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Objective criteria for choosing the limited number of candidates:
Selection criteria is based on the standard selection questionnaire (SQ) for public sector procurement with additional questions relating to Human Resources and Health and Safety.
II.2.10) Information about variants
Variants will be accepted:
Yes
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
II.2.14) Additional information
If less then three bidders qualify to progress to the next stage, the Authority will, taking all circumstances into consideration, determine whether the competition for the lot is still valid or whether it needs to be amended for republication.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
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
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2019/S 059-136485
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
21/06/2019
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
09/07/2019
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
01/11/2019
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Norwich:-Facilities-management-services./6NPP3469Y2
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6NPP3469Y2
GO Reference: GO-2019521-PRO-14916551
VI.4) Procedures for review
VI.4.1) Review body
Norfolk Community Health and Care NHS Trust
Bowthorpe Road
Norwich
NR2 3TU
UK
Telephone: +44 1603785860
E-mail: Lisa.Galbraith@nchc.nhs.uk
Internet address(es)
URL: http://www.norfolkcommunityhealthandcare.nhs.uk/
VI.4.2) Body responsible for mediation procedures
Norfolk Community Health and Care NHS Trust
Bowthorpe Road
Norwich
NR2 3TU
UK
Telephone: +44 1603785860
E-mail: Lisa.Galbraith@nchc.nhs.uk
Internet address(es)
URL: http://www.norfolkcommunityhealthandcare.nhs.uk/
VI.5) Date of dispatch of this notice
21/05/2019