Forum Admin

  • Posts: 3310
Banstead: cleaning services
« on: April 08, 2009, 11:17:09 am »
CONTRACT NOTICE
Services
SECTION I: CONTRACTING AUTHORITY
I.1) NAME, ADDRESSES AND CONTACT POINT(S): South East Coast Ambulance
Service NHS Trust, The Horseshoe, Bolters Lane, Attn: Sarah Jessup,
UK-Banstead SM7 2AS. Tel. +44 1737353333. E-mail:
mr.services@secamb.nhs.uk. Fax +44 1737370868.

Further information can be obtained at: As in above-mentioned contact
point(s).
Specifications and additional documents (including documents for
competitive dialogue and a dynamic purchasing system) can be obtained at:
As in above-mentioned contact point(s).
Tenders or requests to participate must be sent to: As in above-mentioned
contact point(s).

I.2) TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES:
Health.

SECTION II: OBJECT OF THE CONTRACT
II.1) DESCRIPTION
II.1.1) Title attributed to the contract by the contracting authority:
Provision of Make Ready Services to South East Coast Ambulance Service.
II.1.2) Type of contract and location of works, place of delivery or of
performance: Services.
Service category: No 27.
Main place of performance: Surrey, Sussex and Kent.
NUTS code: UKJ.
II.1.3) The notice involves: A public contract.
II.1.5) Short description of the contract or purchase(s): South East
Coast Ambulance Service NHS Trust has a total of 84 Ambulance Stations,
including response bases, and Headquarters Building located at Banstead in
Surrey and regional offices at Maidstone and Lewes.
Make Ready is "Crew friendly quality assurance and equipment preparation
programme designed to minimise cross infection and maximise patient
safety".
It is the Trusts intention to provide this requirement as a "roll out"
over the next few years by either converting established Ambulance
premises or designing and building new sites as centralised hubs providing
a range of facilities which will utilize operational performance by
improving the unit hour utilisation of operational hours and improve the
control of infection onboard Ambulance resources. The contract will
specify the requirements to reach these improved standards across the
Trust.
It is likely that up to 10 Make Ready Depots will be set up across the
Trust during a 4/5 year programme. The contractor will provide duplicate
support services to SECAmb at each site that is established across the
Trust.
During the introduction of the Make Ready project a deep clean programme
will be set up allowing very high standards of infection control to take
place for all A&E resources. These standards will be monitored, checked
and audited by an authorised external body.
II.1.6) Common procurement vocabulary (CPV): 90910000.
II.1.7) Contract covered by the Government Procurement Agreement (GPA):
Yes.
II.1.8) Division into lots: No.
II.1.9) Variants will be accepted: No.
II.2) QUANTITY OR SCOPE OF THE CONTRACT
II.2.1) Total quantity or scope: Three year contract with a twelve month
options to extend.
II.2.2) Options: No.
II.3) DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION: Duration in
months: 36 (from the award of the contract).

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
III.1) CONDITIONS RELATING TO THE CONTRACT
III.1.4) Other particular conditions to which the performance of the
contract is subject: Yes.
Standard NHS terms and conditions. There will be a requirement to complete
a pre-qualification questionnaire prior to issue of the tenders.
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: Any supplier
may be disqualified who:
(a) Is bankrupt or is being wound up, where his affairs are being
administered by the court, where he has entered into an arrangement with
creditors, where he has suspended business activities or is in any
analogous situation arising from a similar procedure under national laws
and regulations;
(b) Is the subject of proceedings for a declaration of bankruptcy, for an
order for compulsory winding up or administration by the court or of an
arrangement with creditors or of any other similar proceedings under
national laws and regulations;
(c) Has been convicted by a judgment which has the force of res judicata
in accordance with the legal provisions of the country of any offence
concerning his professional conduct;
(d) Has been guilty of grave professional misconduct proven by any means
which the contracting authorities can demonstrate;
(e) Has not fulfilled obligations relating to the payment of social
security contributions in accordance with the legal provisions of the
country in which he is established or with those of the country of the
contracting authority;
(f) Has not fulfilled obligations relating to the payment of taxes in
accordance with the legal provisions of the country in which he is
established or with those of the country of the contracting authority;
(g) Is guilty of serious misrepresentation in supplying the information
required under this Section or has not supplied such information;
(h) Has been the subject of a conviction for participation in a criminal
organisation, as defined in Article 2(1) of Council Joint Action
98/733/JHA;
(i) Has been the subject of a conviction for corruption, as defined in
Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council
Joint Action 98/742/JHA3 respectively;
(j) Has been the subject of a conviction for fraud within the meaning of
Article 1 of the Convention relating to the protection of the financial
interests of the European Communities;
(k) Has been the subject of a conviction for money laundering, as defined
in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of
the use of the financial system for the purpose of money laundering. The
service provider must be able to demonstrate experience and understanding
of the relevant NHS procedures for the disciplines concerned.
III.2.2) Economic and financial capacity: Information and formalities
necessary for evaluating if requirements are met: Three years worth of
financial accounts and company history.
III.3) CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1) Execution of the service is reserved to a particular profession:
No.

SECTION IV: PROCEDURE
IV.1) TYPE OF PROCEDURE
IV.1.1) Type of procedure: Restricted.
IV.1.2) Limitations on the number of operators who will be invited to
tender or to participate: Envisaged number of operators 5
Objective criteria for choosing the limited number of candidates: Bidders
will be asked to complete a pre qualification questionnaire.
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:
Secamb T0109.
IV.3.2) Previous publication(s) concerning the same contract: No.
IV.3.4) Time-limit for receipt of tenders or requests to participate:
14.5.2009 - 10:00.
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: Yes.
Estimated timing for further notices to be published: March 2013.
VI.2) CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU
FUNDS: No.
VI.5) DATE OF DISPATCH OF THIS NOTICE: 6.4.2009.