Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Nottinghamshire Healthcare NHS Foundation Trust
200 Lichfield Lane
Mansfield
NG18 4RG
UK
Contact person: Chris Dwyer
Telephone: +44 115969300
E-mail: chris.dwyer@nottshc.nhs.uk
NUTS: UKF1
Internet address(es)
Main address: https://www.nottinghamshirehealthcare.nhs.uk/
Address of the buyer profile: https://www.procurenotts.co.uk/DisplayModules/TradeModules/Negotiations/Opportunities/ListEvents.aspx
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.procurenotts.co.uk/DisplayModules/TradeModules/Negotiations/Opportunities/ListEvents.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.procurenotts.co.uk/DisplayModules/TradeModules/Negotiations/Opportunities/ListEvents.aspx
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Other: NHS Foundation Trust
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Hospital Cleaning Services — Bassetlaw Mental Health Unit
Reference number: PN1078
II.1.2) Main CPV code
90911100
II.1.3) Type of contract
Services
II.1.4) Short description
As stated within the general service levels specification, the provider shall achieve a high level of environmental cleanliness (in accordance with the relevant and up to date National standards of cleanliness and audit scores) throughout the wards, department and shared areas, in accordance with the plans and other documents.
II.1.5) Estimated total value
Value excluding VAT:
250 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKF1
Main site or place of performance:
Worksop, Nottinghamshire, England.
II.2.4) Description of the procurement
The provider shall comply with all requirements set out in the general service level specification relevant to the delivery of the cleaning service. In addition to the applicable provisions set in the general service level specification, the provider shall comply with this specific service level specification. The provider shall provide a cleaning service consisting of the following:
(i) scheduled cleaning;
(ii) planned cleaning;
(iii) reactive cleaning;
(iv) barrier cleaning;
(v) vacation cleaning
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical and quality
/ Weighting: 60 %
Price
/ Weighting:
40 %
II.2.6) Estimated value
Value excluding VAT:
250 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The initial contract shall be for a 2 years with options to extend for 2 period of 12 months. Max duration of 4 years
II.2.9) Information about the limits on the number of candidates to be invited
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:
As per tender documents.
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.2.2) Contract performance conditions
As per the tender documents.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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:
04/11/2019
Local time: 12:00
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
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
04/11/2019
Local time: 14:00
Place:
Trust Office in Mansfield.
Information about authorised persons and opening procedure:
Member of the procurement team via the e-procurement portal.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
In October 2021 — if only initial 2 years; in October 2022 if only one option to extend taken, in October 2023 if second option taken.. max duration of 4 years.
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
VI.4) Procedures for review
VI.4.1) Review body
Nottinghamshire Healthcare NHS Foundation Trust
200 Lichfield Lane
Mansfield
NG18 4RG
UK
Telephone: +44 1159691300
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Nottinghamshire Healthcare NHS Foundation Trust will allow a standstill period at the point the decision regarding the award of the contract is communicated to tenderers. The standstill period shall be in accordance with Public Contracts Regulations 2015 Regulations 49, Directives (2014/24/EU of the European Parliament and of the Council) Part C Annex V. The Regulations provides for aggrieved parties who have been harmed or are at risk of harm by a breach of the Regulations to take legal action. Any such action must be started in the High Court within the applicable limitation period. The purpose of the standstill period referred to above is to allow aggrieved parties to apply to the Courts to set aside the award decision before the contract is entered into service from which information about the lodging of.
VI.5) Date of dispatch of this notice
30/09/2019