GSTT Procurement - Smart Together: ST20-P038 Water Hygiene Services for Lewisham and Greenwich NHS Trust

  GSTT Procurement - Smart Together is using Delta eSourcing to run this tender exercise

Notice Summary
Title: ST20-P038 Water Hygiene Services for Lewisham and Greenwich NHS Trust
Notice type: Contract Notice
Authority: GSTT Procurement - Smart Together
Nature of contract: Works
Procedure: Open
Short Description: Lewisham and Greenwich NHS Trust are seeking a contract for the supply of water hygiene services for the retained estates and surrounding community properties they are responsible for which vary from an acute setting, warehouses and health centres.
Published: 15/09/2020 10:13
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Water-treatment work.
Section I: Contracting Authority
      I.1) Name and addresses
             Lewisham and Greenwich NHS Trust
             University Hospital Lewisham, Lewisham High Street, Lewisham, London, SE13 6LH, United Kingdom
             Tel. +44 2071887188, Email: stacey.harris@gstt.nhs.uk
             Main Address: https://www.lewishamandgreenwich.nhs.uk/
             NUTS Code: UKI
      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.delta-esourcing.com/tenders/UK-UK-London:-Water-treatment-work./C6PJ8583W5
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-London:-Water-treatment-work./C6PJ8583W5 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
            Regional or local authority
      I.5) Main activity
            Health

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: ST20-P038 Water Hygiene Services for Lewisham and Greenwich NHS Trust       
      Reference Number: ST20-P038
      II.1.2) Main CPV Code:
      45232430 - Water-treatment work.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: Lewisham and Greenwich NHS Trust are seeking a contract for the supply of water hygiene services for the retained estates and surrounding community properties they are responsible for which vary from an acute setting, warehouses and health centres.       
      II.1.5) Estimated total value:
      Value excluding VAT: 800,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Supply of water hygiene services for the retained estates and surrounding community properties they are responsible for which vary from an acute setting, warehouses and health centres.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 12       
      This contract is subject to renewal: Yes       
      Description of renewals: 2 possible extensions of 12 months each
      
      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:          
      Please see tender documents    
      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.2.2) 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 - NO    
         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: 15/10/2020 Time: 14:00
            
      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:
         Until: 31/01/2021
      
      IV.2.7) Conditions for opening of tenders:
         Date: 15/10/2020
         Time: 14:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Water-treatment-work./C6PJ8583W5

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/C6PJ8583W5
   VI.4) Procedures for review
   VI.4.1) Review body:
             Smart Together Procurement
       Guy’s and St Thomas’ NHS Foundation Trust, 9th Floor Borough Wing, Great Maze Pond, London, SE1 9RT, United Kingdom
       Tel. +44 2071887188
   VI.4.2) Body responsible for mediation procedures:
Not provided
   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:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 15/09/2020

Annex A


View any Notice Addenda

View Award Notice