North Tees & Hartlepool Solutions LLP working on behalf of North Tees & Hartlepool NHS Foundation Trust has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Provision of a Laundry Service for Cleanroom Garments - North Tees & Hartlepool NHS FT |
Notice type: | Contract Notice |
Authority: | North Tees & Hartlepool Solutions LLP working on behalf of North Tees & Hartlepool NHS Foundation Trust |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The Contractor will provide a laundry service for cleanroom garments as part of the framework agreement. This will involve the laudering and reparing of: - Laundered Tops (Tunics) (Biocidal Final Rinse) - Laundered Trousers (Biocidal Final Rinse) - Laundered Coats (Biocidal Final Rinse) - Laundered Hoods (Biocidal Final Rinse) - Laundered Overboots (Biocidal Final Rinse) - Laundered Coveralls (Biocidal Final Rinse) - Laundered and sterilised Hoods (Gamma Irradiated) - Laundered and sterilised Overboots (Gamma Irradiated) - Laundered and sterilised Coveralls (Gamma Irradiated) - Laundered and sterilised Mops (Gamma Irradiated) |
Published: | 20/09/2019 15:09 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
North Tees & Hartlepool NHS Trust
University Hospital of North Tees, Hardwick, TS19 8PE, United Kingdom
Tel. +44 1642383176, Email: bradley.symcox@nth.nhs.uk
Main Address: www.nepps.org.uk
NUTS Code: UKC11
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.cardea.nhs.uk/Cardea/DisplayModules/TradeModules/Negotiations/Opportunities/ViewOpportunityEvent.aspx?EventID=4112&Culture=en-GB
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.cardea.nhs.uk/Cardea/DisplayModules/TradeModules/Negotiations/Opportunities/ViewOpportunityEvent.aspx?EventID=4112&Culture=en-GB to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Provision of a Laundry Service for Cleanroom Garments - North Tees & Hartlepool NHS FT
Reference Number: NEPPS18-10-16
II.1.2) Main CPV Code:
98311000 - Laundry-collection services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Contractor will provide a laundry service for cleanroom garments as part of the framework agreement. This will involve the laudering and reparing of:
- Laundered Tops (Tunics) (Biocidal Final Rinse)
- Laundered Trousers (Biocidal Final Rinse)
- Laundered Coats (Biocidal Final Rinse)
- Laundered Hoods (Biocidal Final Rinse)
- Laundered Overboots (Biocidal Final Rinse)
- Laundered Coveralls (Biocidal Final Rinse)
- Laundered and sterilised Hoods (Gamma Irradiated)
- Laundered and sterilised Overboots (Gamma Irradiated)
- Laundered and sterilised Coveralls (Gamma Irradiated)
- Laundered and sterilised Mops (Gamma Irradiated)
II.1.5) Estimated total value:
Value excluding VAT: 200,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
39291000 - Laundry supplies.
98311000 - Laundry-collection services.
98311100 - Laundry management services.
II.2.3) Place of performance:
UKC11 Hartlepool and Stockton-on-Tees
II.2.4) Description of procurement: The Contractor will provide a laundry service for cleanroom garments as part of the framework agreement for North Tees & Hartlepool NHS Foundation Trust. This will involve the laundering and repairing of:
- Laundered Tops (Tunics) (Biocidal Final Rinse)
- Laundered Trousers (Biocidal Final Rinse)
- Laundered Coats (Biocidal Final Rinse)
- Laundered Hoods (Biocidal Final Rinse)
- Laundered Overboots (Biocidal Final Rinse)
- Laundered Coveralls (Biocidal Final Rinse)
- Laundered and sterilised Hoods (Gamma Irradiated)
- Laundered and sterilised Overboots (Gamma Irradiated)
- Laundered and sterilised Coveralls (Gamma Irradiated)
- Laundered and sterilised Mops (Gamma Irradiated)
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 200,000
Currency: 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: Possible extension available for a further 24 months.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
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:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 22/10/2019 Time: 11:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3
IV.2.7) Conditions for opening of tenders:
Date: 22/10/2019
Time: 13:00
Place:
North Tees Hospital, Pharmacy Department
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: November 2022
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=431600526
VI.4) Procedures for review
VI.4.1) Review body:
North Tees & Hartlepool NHS Trust
University Hospital of North Tees, Hardwick, TS19 8PE, United Kingdom
Tel. +44 1642383176, Email: bradley.symcox@nth.nhs.uk
Internet address: www.nepps.org.uk
VI.4.2) Body responsible for mediation procedures:
North Tees & Hartlepool NHS Trust
University Hospital of North Tees, Hardwick, TS19 8PE, United Kingdom
Tel. +44 1642624782, Email: bradley.symcox@nth.nhs.uk
Internet address: www.nepps.org.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
North Tees & Hartlepool NHS Trust
University Hospital of North Tees, Hardwick, TS19 8PE, United Kingdom
Tel. +44 1642383176, Email: bradley.symcox@nth.nhs.uk
Internet address: www.nepps.org.uk
VI.5) Date Of Dispatch Of This Notice: 20/09/2019
Annex A