Interested In Advertising? | Contact Us Here
Warning!

 

Welcome to Clean It Up; the UK`s largest cleaning forum with over 34,000 members

 

Please login or register to post and reply to topics.      

 

Forgot your password? Click here

Forum Admin

  • Posts: 3310
Bristol - Cleaning Services
« on: August 05, 2013, 05:17:04 pm »

Title

United Kingdom-Bristol: Cleaning services



Publication Date

01 August 2013

OJS Ref

148/2013



Place

BRISTOL

Country

UK - United Kingdom



Authority Name

BRISTOL & WESTON NHS PURCHASING CONSORTIUM



Authority Type

Body governed by public law



Deadline

30 August 2013 @ 17 00

Original Language

EN - English 



Contract

Service contract

Procedure

Restricted procedure



 Document

Contract notice

 Regulation

European Communities



CPV Codes

90910000 - Cleaning services
55500000 - Canteen and catering services
55520000 - Catering services
55523000 - Catering services for other enterprises or other institutions
79992000 - Reception services
90911100 - Accommodation cleaning services



NUTS Codes

UK - UNITED KINGDOM




--------------------------------------------------------------------------------




Full Details

Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name, addresses and contact point(s)
Bristol & Weston NHS Purchasing Consortium
Level 3 South Wing, Whitefriars, Lewins Mead
For the attention of: BWPC Vicky Robbins
BS12NT Bristol
UNITED KINGDOM
Telephone: +44 1173420808
E-mail: vicky.robbins@uhbristol.nhs.uk
Internet address(es):
General address of the contracting authority: http://www.bwpc.nhs.uk
Further information can be obtained from: The above mentioned contact
point(s)
Specifications and additional documents (including documents for
competitive dialogue and a dynamic purchasing system) can be obtained
from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned
contact point(s)
I.2) Type of the contracting authority
Body governed by public law
I.3) Main activity
Health
I.4) Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting
authorities: yes
Section II: Object of the contract
II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
BWPC RA7 - Education Centre Facilities Contract.
II.1.2) Type of contract and location of works, place of delivery or of
performance
Services
Service category No 15: Publishing and printing services on a fee or
contract basis
Main site or location of works, place of delivery or of performance: BWPC
is purchasing on behalf of University Hospitals Bristol NHS Foundation
Trust - Education & Research Centre, Bristol and ECM Ltd.
NUTS code UK
II.1.3) Information about a public contract, a framework agreement or a
dynamic purchasing system (DPS)
The notice involves a public contract
II.1.5) Short description of the contract or purchase(s)
To supply facilities and catering services to the Education and Research
Centre, specifically cleaning of the building, provision of a food and
beverage service to building users, to provide reception duties, including
security access, room bookings and room key provision. Additional duties
may include portering, sorting of mail and collection/delivery of mail to
persons within the building. Contractor will also be required to implement
and operate contracts put in place by the Trusts Estates department, i.e.
pest control, windown cleaning, waste collection and washroom services.
Please see the List of Supplier Responsibilities on Tactica.
II.1.6) Common procurement vocabulary (CPV)
90910000, 55500000, 55520000, 55523000, 79992000, 90911100
II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8) Lots
This contract is divided into lots: no
II.1.9) Information about variants
Variants will be accepted: yes
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
Estimated value excluding VAT: 540 000 GBP
II.2.2) Information about options
Options: yes
Description of these options: Contract will be for a period of 3 years
with an option to extend for a further 2 years on an annual basis, subject
to satisfactory supplier performance and renegotiation of costs for the
extension period.
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.1.1) Deposits and guarantees required:
Parent company and other guarantees may be required in certain
circumstances see the invitation to tender for further details.
III.1.3) Legal form to be taken by the group of economic operators to
whom the contract is to be awarded:
Joint and severable liability.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: 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 the requirements
are met: Any supplier may be disqualified who does not respond to the
following in the requisite manner:
1) Suppliers are required to express an interest in the OJEU process and
complete PQQ documents (where applicable) via the Trusts eSourcing system
TACTICA - which is accessed at https://tactica-live.advanced365.com -
please make sure that you are registered to avoid any future delays.
2) Information and formalities necessary for evaluating if requirements
are met:
(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.
Bidders who have been convicted of a Bribery Act 2010 offence under
section 1 (offences relating to bribing another person) or section 6
(bribery of foreign public officials) will be excluded.
In addition to the Provisions of Freedom of Information Act, Bidders will
have due regard to the Trusts obligations on Transparency which are set
out in more detail at www.businesslink.gov.uk/transparency/procurement and
all offers will be submitted on the basis that the contract when awarded
may be published in full in accordance with H M Government Transparency
Guidance.
The Trust will also be utilising the supplier information database
(SID4Gov) to manage and assess general pre-qualification information in
the form of a profile. As well as responding to the tender via TACTICA,
candidates are requested to provide or update their profile on the SID4Gov
as follows:
a) candidates should register on SID4Gov at
https://sid4gov.cabinetoffice.gov.uk/ by clicking on the “Register for
sid4gov” option listed under “Join Us”
b) to continue with the registration process Suppliers must have a current
DUNS Number. If a Supplier does not have a DUNS Number there is a link to
the D&B UK website to request a DUNS Supplier Number.
c) Suppliers who already have a published profile on SID4Gov must confirm
that information is up to date; i) candidates should ensure all relevant
sections of their SID4Gov profile are completed to demonstrate their
ability to meet the short listing criteria applicable to this contract.
Where access to SID4Gov is unavailable, please contact SID4Gov Support
Centre on +44 8452992994
Please note all responses to ojeu should be made through TACTICA eSOURCING
SYSTEM - registration is required on SID4GOV to update or provide company
profiles only.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements
are met: As per III.2.1. above.
Minimum level(s) of standards possibly required: A Pre-qualification
questionnaire will be available on Tactica - evaluation methodology will
be included.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements
are met:
As per III.2.1. above.
Minimum level(s) of standards possibly required:
A Pre-qualification questionnaire will be available on Tactica -
evaluation methodology will be included.
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2) Staff responsible for the execution of the service
Legal persons 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: and maximum number 10
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) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority:
RFT3376
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.3) Conditions for obtaining specifications and additional documents
or descriptive document
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
30.8.2013 - 17:00
IV.3.6) Language(s) in which tenders or requests to participate may be
drawn up
English.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European
Union funds: no
VI.3) Additional information
To receive more information about this tender, including any amendments
and/or clarifications and to request any clarifications and/or to respond
to this tender, you must register your interest to this tender on the
following site: https://tactica-live.advanced365.com
VI.4) Procedures for appeal
VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Authority will
allow a minimum 10 calendar day standstill period between notifying the
award decision and awarding the contract. Unsuccessful tenderers and
applicants are entitled to receive reasons for the decision, including the
characteristics and relative advantages of the winning bid and the reasons
why the tenderer/applicant was unsuccessful. Should additional information
be required it should be requested of the addressee in section I.1.
Aggrieved parties who have been harmed or are at risk of harm by breach of
the procurement rules have the right to take action in the High Court
(England and Wales). Any such action is subject to strict time limits and
must be brought in accordance with the Public Contracts Regulations 2006
as amended by the Public Contracts (Amendment) Regulations 2009 and the
Public Procurement (Miscellaneous Amendments) Regulations 2011.
VI.5) Date of dispatch of this notice:
27.7.2013