Forum Admin

  • Posts: 3310
Bolton - Hospital Services
« on: November 16, 2010, 11:56:51 am »
SECTION I: CONTRACTING AUTHORITY

I.1) NAME, ADDRESSES AND CONTACT POINT(S)
Royal Bolton Hospital NHS Foundation Trust
Minerva Road, Farnworth
Attn: Nicola Hughes
BL4 0JR Bolton
UNITED KINGDOM
Tel. +44 1204390638
E-mail: nicola.hughes@rbh.nhs.uk
Fax +44 1204390790
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
Body governed by public law
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
Domestics and portering services for Royal Bolton Hospital.
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 Royal Bolton Hospital.
Minerva Road.
Farnworth.
Bolton.
BL4 0JR.
UNITED KINGDOM.
NUTS code UKD3
II.1.3) The notice involves
A public contract
II.1.5) Short description of the contract or purchase(s)
The contract is for the provision of cleaning of clinical and non clinical
areas at Royal Bolton Hospital and for the portering of patients and goods
between departments at the hospital.
II.1.6) Common procurement vocabulary (CPV)

85111000, 90000000, 90911100, 90919200, 98341120
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
The hospital has approximately 661 in patient beds and covers an area of
approx 102 632 sq met. The cleaning services will be provided seven days a
week to all occupied clinical and non clinical areas.
Portering services will be provided seven days a week and will include
(but not exclusively) patient movements, patient food, linen, medical
records, pathology samples, pharmacy goods, medical gas cylinders, general
goods, post and waste.
II.2.2) Options
Yes
description of these options: The contract will be for an initial 5 year
term with options to extend up to a total of 7 years, either 5+2 or 5+1+1.
provisional timetable for recourse to these options: in months: 60 (from
the award of the contract)

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION

III.1) CONDITIONS RELATING TO THE CONTRACT
III.1.1) Deposits and guarantees required
The contracting authority reserves the right to require deposits and/or
guarantees and/or any other form of security. Details will be provided in
the tender documents.
III.1.2) Main financing conditions and payment arrangements and/or
reference to the relevant provisions regulating them
Further details will be provided in the tender documents.
III.1.3) Legal form to be taken by the group of economic operators to
whom the contract is to be awarded
Joint and several liability.
III.1.4) Other particular conditions to which the performance of the
contract is subject
No
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: As set out in the PQQ.
III.2.2) Economic and financial capacity
Information and formalities necessary for evaluating if requirements are
met: As set out in the PQQ.
III.2.3) Technical capacity

Information and formalities necessary for evaluating if requirements are
met:
As set out in the PQQ.
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
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 minimum number 5 maximum number 6
Objective criteria for choosing the limited number of candidates: As per
the PQQ process. The top 5 or 6 organisations (subject to adequate
response) will be shortlisted against the criteria stated in the PQQ.
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
RBH0065/10/11
IV.3.2) Previous publication(s) concerning the same contract
No
IV.3.3) Conditions for obtaining specifications and additional documents
Payable documents No
IV.3.4) Time-limit for receipt of tenders or requests to participate
15.12.2010 - 15:00
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
Candidates wishing to be considered for this contract must register their
expression of interest and provide additional procurement – specific
information through the NWCCA eTendering portal as follows:
i) candidates should register on the NWCCA eTendering portal at
https://nwcca.eu-supply.com by clicking the link to register;
ii) accept the terms and conditions and click “continue”;
iii) enter your correct business and user details (note the user name you
choose) and click ”save” when complete;
iv) you will shortly receive an email with your unique password (please
keep this secure). Following an expression of interest on
nwcca.eu-supply.com, the PQQ will be available to access on
nwcca.eu-supply.com. This PQQ must be returned in accordance with the
instructions set out in the PQQ by the time and date set out at section
IV.3.4 above. The contracting authority does not bind itself to accept the
lowest or any offer. The contracting authority is not responsible for any
costs incurred by bidders in relation to the participation in this
process.
For any support in submitting your expression of interest please contact
the eTendering Help-desk at +44 8008402050 or support@eu-supply.com.
VI.4) PROCEDURES FOR APPEAL
VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: The contracting
authority will incorporate a minimum 10 calendar day standstill period at
the point information on the decision to award the contract is
communicated to tenderers in accordance with Regulation 32 of the Public
Contracts Regulation 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.5) DATE OF DISPATCH OF THIS NOTICE:
11.11.2010