Forum Admin

  • Posts: 3310
London: accommodation, building and window cleaning services
« on: December 05, 2008, 11:32:36 am »
SECTION I: CONTRACTING AUTHORITY
I.1) NAME, ADDRESSES AND CONTACT POINT(S): South London and Maudsley NHS Foundation Trust, The Maudsley Hospital Denmark Hill, Contact: c/o Chief
Executives Office, Attn: Carol Blakemen, UK-London SE5 8AZ. E-mail:
info.procurement@slam.nhs.uk.

Internet address(es):
General address of the contracting authority: www.slam.nhs.uk.
Further information can be obtained at: South London and Maudsley NHS
Foundation Trust, Bethlem Royal Hospital Monks Orchard Road, Contact:
Hotel Services, Attn: Paul Winter, UK-Beckenham BR3 3BX. E-mail:
info.procurement@slam.nhs.uk. URL: www.slam.nhs.uk.

Specifications and additional documents (including documents for
competitive dialogue and a dynamic purchasing system) can be obtained at:
South London and Maudsley NHS Foundation Trust, Bethlem Royal Hospital
Monks Orchard Road, Contact: Procurement Department, Attn: Barry Ashworth,
UK-Beckenham BR3 3BX. E-mail: info.procurement@slam.nhs.uk. URL:
www.slam.nhs.uk.

Tenders or requests to participate must be sent to: South London and
Maudsley NHS Foundation Trust, The Maudsley Hospital Monks Orchard,
Contact: c/o Chief Executive's Office, Attn: Carol Blakeman, UK-London SE5
8AZ. E-mail: info.procurement@slam.nhs.uk. URL: www.slam.nhs.uk.

I.2) TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES:
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 authority:
Hotel Services Procurement Programme (Domestic and Catering).
II.1.2) Type of contract and location of works, place of delivery or of
performance: Services.
Service category: No 14.
Main place of performance: Outer London - South.
NUTS code: UKI22.
II.1.3) The notice involves: A public contract.
II.1.5) Short description of the contract or purchase(s): South London
and Maudsley NHS Foundation Trust provides mental health and substance
misuse services to people from Croydon, Lambeth, Southwark and Lewisham,
and substance misuse services in Bexley, Greenwich and Bromley. We also
provide specialist services to people from across the UK. — We are a cross
between a large local mental health trust and a teaching hospital, linked
to a major international research institute — Provider of the most
extensive portfolio of mental health services in the United Kingdom — A
world leader in research, working in partnership with the Institute of
Psychiatry, King’s College London — The largest mental health training
institution in the country. The Trust has identified the requirement to
develop and implement contracts for Domestic and Catering Services. The
domestic contract will cover:- — Maudsley Hospital, Denmark Hill, London,
— Bethlem Royal Hospital, Beckenham, Kent — Lambeth Hospital, Landor Road,
London — 20 associated community sites. The catering contract will cover
only:- — Maudsley Hospital — Bethlem Royal Hospital, This service will be
required to provide meals for patients and staff, hospitality and a
vending service. The candidates may submit a bid for either:- — Catering
Service — Domestic Service — Domestic services and Catering Services
Combined.
II.1.6) Common procurement vocabulary (CPV): 90911000, 90919200,
55321000, 55322000, 55330000, 55511000, 55512000, 55523000.
II.1.7) Contract covered by the Government Procurement Agreement (GPA):
Yes.
II.1.8) Division into lots: Yes.
Tenders should be submitted for: one or more lots.
II.1.9) Variants will be accepted: No.
II.2) QUANTITY OR SCOPE OF THE CONTRACT
II.2.1) Total quantity or scope: Estimated value excluding VAT: 35 000
000 GBP.
II.2.2) Options: No.
II.3) DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION: Starting:
1.2.2010. Completion: 31.1.2015.

INFORMATION ABOUT LOTS
LOT NO 1
TITLE: Domestic Services
1) SHORT DESCRIPTION: Th Trust has identified the requirement to develop
and implement contracts for domestic services. The Domestic Contract will
cover: - Maudsley Hospital, Denmark Hill, London - The Bethlem Royal
Hospital, Beckenham, Kent - Lambeth Hospital, Landor Road, London - 20
associated community sites The candidates may submit a bid for either: —
Domestic Service only (Lot 1) — Catering Service only (Lot 2) — Domestic
services and Catering Services (Lots 1 & 2) Combined.
2) COMMON PROCUREMENT VOCABULARY (CPV): 90911000, 90919200.
3) QUANTITY OR SCOPE: Approx. £3.8m pa.
Estimated cost excluding VAT: 19 000 000 GBP.
4) INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR
STARTING/COMPLETION: Starting: 1.2.2010 Completion: 31.1.2015.

LOT NO 2
TITLE: Catering Services
1) SHORT DESCRIPTION: The Trust has identified the requirement to develop
and implement contracts for Catering Services. The catering contract will
cover only: — Maudsley Hospital — The Bethlem Royal Hospital, This service
will be required to provide meals for patients and staff, hospitality and
a vending service. The candidates may submit a bid for either: — Catering
Service only (Lot 2) — Domestic Service only (Lot 1) — Domestic services
and Catering Services (Lots 1 & 2) Combined.
2) COMMON PROCUREMENT VOCABULARY (CPV): 55321000, 55322000, 55330000,
55511000, 55512000, 55523000.
3) QUANTITY OR SCOPE: Approx. £3.2m pa.
Estimated cost excluding VAT: 16 000 000 GBP.
4) INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR
STARTING/COMPLETION: Starting: 1.2.2010 Completion: 31.1.2015.

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
III.1) CONDITIONS RELATING TO THE CONTRACT
III.1.1) Deposits and guarantees required: The successful applicant may
be required to obtain a bank guarantee of performance by the parent /
holding company and may be required to take out a bond representing a
percentage of the contract for a specified fixed sum.
III.1.2) Main financing conditions and payment arrangements and/or
reference to the relevant provisions regulating them: Tenders must be
priced in pounds sterling and all payments under the contract shall be
made in pounds sterling.
III.1.3) Legal form to be taken by the group of economic operators to
whom the contract is to be awarded: The trust will contract with a single
entity, a consortium with joint and several liability or two individual
entities or consortia separately for domestic services and catering.
III.1.4) Other particular conditions to which the performance of the
contract is subject: Yes.
Contracts will be based on "NHS conditions of contract for the supply of
domestic services, July 2007" and "NHS conditions of contract for the
supply of catering services July 2007" from the NHS Procurement and
Supplies Agency. Contracts will also be subject to the provisions of the
Department of Health's "Agenda for Change - Final Agreement - December
2004" as it relates to the terms and conditions of employment for NHS and
contracted staff.
III.2) CONDITIONS FOR PARTICIPATION
III.2.1) Personal situation of economic operators, including requirements
relating to enrolment on professional or trade registers: Information and
formalities necessary for evaluating if requirements are met: In
accordance with Articles 45 to 50 of Directive 2004/18/EC and Regulations
23 to 25 of the Public Contracts Regulations 2006 and as set out in the
pre-qualification questionnaire.
III.2.2) Economic and financial capacity: Information and formalities
necessary for evaluating if requirements are met: In accordance with
Article 47 of Directive 2004/18/EC and Regulation 24 of the Public
Contracts Regulations 2006 and as set out in the pre-qualification
questionnaire.
III.2.3) Technical capacity: Information and formalities necessary for
evaluating if requirements are met: In accordance with Articles 48 to 50
of Directive 2004/18/EC and Regulation 25 of the Public Contracts
Regulations 2006 and as set out in the pre-qualification questionnaire.
III.2.4) Reserved contracts: No.
III.3) CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1) Execution of the service is reserved to a particular profession:
No.
III.3.2) Legal entities should indicate the names and professional
qualifications of the staff responsible for the execution of the service:
Yes.

SECTION IV: PROCEDURE
IV.1) TYPE OF PROCEDURE
IV.1.1) Type of procedure: Competitive dialogue.
IV.1.2) Limitations on the number of operators who will be invited to
tender or to participate: Envisaged minimum number: 3.
Objective criteria for choosing the limited number of candidates:
Envisaged maximum: 5. We may increase this in the event that more
operators meet our objective qualification criteria as outlined in the
PQQ. Selection will be based on submissions throughout the selection
process.
IV.1.3) Reduction of the number of operators during the negotiation or
dialogue: Recourse to staged procedure to gradually reduce the number of
solutions to be discussed or tenders to be negotiated yes.
IV.2) AWARD CRITERIA
IV.2.1) Award criteria: The 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 used: No.
IV.3) ADMINISTRATIVE INFORMATION
IV.3.1) File reference number attributed by the contracting authority:
DOMCAT/2010/OJ/001.
IV.3.2) Previous publication(s) concerning the same contract: No.
IV.3.3) Conditions for obtaining specifications and additional documents
or descriptive document: Time limit for receipt of requests for documents
or for accessing documents: 5.1.2009 - 12:00.
Payable documents: no.
IV.3.4) Time-limit for receipt of tenders or requests to participate:
5.1.2009 - 14:00.
IV.3.6) Language(s) in which tenders or requests to participate may be
drawn up: English.

SECTION VI: COMPLEMENTARY INFORMATION
VI.1) THIS IS A RECURRENT PROCUREMENT: No.
VI.2) CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU
FUNDS: No.
VI.3) ADDITIONAL INFORMATION: As a minimum, for bids to be considered
compliant, they must meet (and preferably exceed) the following standards:
1) Department of Health, Standards for Better Health (Updated April 2006),
Core Standards C15 parts a) and b) 2) The NHS National Patient Safety
Agency's standard - The national specifications for cleanliness in the
NHS: A framework for setting and measuring performance outcomes - April
2007 Section II.1.2(c) - Additional service categories: 17 (hotel and
restaurant services) Section II.1.6 – The list of CPV codes is not
exhaustive. Section II.1.9 - The Contracting Authority anticipates that
tenders submitted by each economic operator will contain all the elements
required and necessary for the performance of the project without the need
for additional alternative proposals. Accordingly the Contracting
Authority will not be seeking variations. Section III.1.2 – Essential to
the success of the project will be ensuring that the proposals made
display appropriate transfer of risk, affordability and value for money.
Payments will be made on the basis of agreed quality and performance
targets. Section IV.3.3 – A Memorandum of Information giving further
details of the project is available from the address in I.1 to parties
formally expressing an interest in the project by 05-Jan-2009. Applicants
are asked to complete a Pre-Qualification Questionnaire and return it to
the address in I.1 by 12-Jan-2009. The response to the Pre-Qualification
Questionnaire will be the Invitation to Participate in Dialogue; the
Contracting Authority plans that the Invitation to Participate in Dialogue
will be issued in Feb-2009 to the successful applicants.
VI.4) PROCEDURES FOR APPEAL
VI.4.2) Lodging of appeals: Precise information on deadline(s) for
lodging appeals: In accordance with Regulation 32 (information about
contract award procedures and the application of standstill period prior
to contract award) and Regulation 47 (enforcement of obligations) of the
UK’s Public Contract Regulations 2006.
VI.5) DATE OF DISPATCH OF THIS NOTICE: 2.12.2008.