Norfolk Community Health and Care is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Cleaning, Catering (Hostess) and Portering Services |
Notice type: | Contract Notice |
Authority: | Norfolk Community Health and Care |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The Authority is looking for Cleaning, Catering and Portering Services to replace the current, bundled service contracts held by NCHC and NSFT. The cleaning service will, in many cases, be in clinical areas and so compliance with relevant national standards are applicable. The catering service is essentially a hostess service - the serving of cook-chill or cook-freeze meals on site. The estimated total value of the resultant Framework has been calculated as follows: Four year contract for each service for NCHC = £10.2 million approx. Four year contract for each service for NSFT = £15.5 million approx. The Authorities are able to put additional contracts in place prior to the end of the Framework period for up to another four years. This would bring the maximum potential value for this framework to £52 million approx. The remaining £8 million has been included to allow other named Authorities to utilise the framework agreement during the term. |
Published: | 21/05/2019 16:56 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Norfolk Community Health and Care NHS Trust
Bowthorpe Road, Norwich, NR2 3TU, United Kingdom
Tel. +44 1603785860, Email: Lisa.Galbraith@nchc.nhs.uk
Contact: Lisa Galbraith
Main Address: http://www.norfolkcommunityhealthandcare.nhs.uk/, Address of the buyer profile: http://www.norfolkcommunityhealthandcare.nhs.uk/
NUTS Code: UKH1
I.2) Joint procurement
The contract involves joint procurement: Yes.
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-Norwich:-Facilities-management-services./6NPP3469Y2
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-Norwich:-Facilities-management-services./6NPP3469Y2 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: https://www.delta-esourcing.com/tenders/UK-UK-Norwich:-Facilities-management-services./6NPP3469Y2
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: Cleaning, Catering (Hostess) and Portering Services
Reference Number: 383655380
II.1.2) Main CPV Code:
79993100 - Facilities management services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Authority is looking for Cleaning, Catering and Portering Services to replace the current, bundled service contracts held by NCHC and NSFT. The cleaning service will, in many cases, be in clinical areas and so compliance with relevant national standards are applicable. The catering service is essentially a hostess service - the serving of cook-chill or cook-freeze meals on site.
The estimated total value of the resultant Framework has been calculated as follows:
Four year contract for each service for NCHC = £10.2 million approx.
Four year contract for each service for NSFT = £15.5 million approx.
The Authorities are able to put additional contracts in place prior to the end of the Framework period for up to another four years. This would bring the maximum potential value for this framework to £52 million approx.
The remaining £8 million has been included to allow other named Authorities to utilise the framework agreement during the term.
II.1.5) Estimated total value:
Value excluding VAT: 60,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: The Framework is split into 3 lots, namely: Cleaning, Catering and Portering Services. Bidders may bid for 1, 2 or all 3 lots. Each lot will be awarded in it's own merit, however bidders are encouraged to submit pricing for individual lots as well as a second pricing file for lots which is applicable when the bidder is awarded more than one lot, showing any efficiencies attributable.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Lot 1: Cleaning Services
Lot No: Lot 1
II.2.2) Additional CPV codes:
90910000 - Cleaning services.
90919200 - Office cleaning services.
II.2.3) Place of performance:
UKH17 Breckland and South Norfolk
UKH14 Suffolk
UKH16 North and West Norfolk
UKH15 Norwich and East Norfolk
II.2.4) Description of procurement: This lot of the framework is for cleaning services within the NHS. As such, cleaning services required include the following: Scheduled and reactive cleaning; deep/periodic cleans; discharge, terminal and clinical cleaning; spillage cleaning; specialist cleaning and waste handling.
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: 45,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 7
Objective criteria for choosing the limited number of candidates: Selection criteria is based on the Standard Selection Questionnaire (SQ) for public sector procurement with additional questions relating to Human Resources and Health and Safety.
II.2.10) Information about variants:
Variants will be accepted: Yes
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: If less then three bidders qualify to progress to the next stage, the Authority will, taking all circumstances into consideration, determine whether the competition for the lot is still valid or whether it needs to be amended for republication.
II.2) Description Lot No. 2
II.2.1) Title: Lot 2 - Catering (Hostess) Services
Lot No: Lot 2
II.2.2) Additional CPV codes:
55520000 - Catering services.
II.2.3) Place of performance:
UKH1 East Anglia
II.2.4) Description of procurement: The Authority is looking for Catering (Hostess) Services for all inpatient wards across NCHC and NSFT sites. These services are based on the reheating of pre-prepared cook-chill and cook-freeze meals.
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: 10,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 7
Objective criteria for choosing the limited number of candidates: Selection criteria is based on the Standard Selection Questionnaire (SQ) for public sector procurement with additional questions relating to Human Resources and Health and Safety.
II.2.10) Information about variants:
Variants will be accepted: Yes
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: If less then three bidders qualify to progress to the next stage, the Authority will, taking all circumstances into consideration, determine whether the competition for the lot is still valid or whether it needs to be amended for republication.
II.2) Description Lot No. 3
II.2.1) Title: Lot 3 - Portering Services
Lot No: Lot 3
II.2.2) Additional CPV codes:
98341120 - Portering services.
II.2.3) Place of performance:
UKH1 East Anglia
II.2.4) Description of procurement: The Authority is looking to put a framework in place for portering services across a number of NCHC and NSFT sites. Further information can be found in the specification documents.
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: 5,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 7
Objective criteria for choosing the limited number of candidates: Selection criteria is based on the Standard Selection Questionnaire (SQ) for public sector procurement with additional questions relating to Human Resources and Health and Safety.
II.2.10) Information about variants:
Variants will be accepted: Yes
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: If less then three bidders qualify to progress to the next stage, the Authority will, taking all circumstances into consideration, determine whether the competition for the lot is still valid or whether it needs to be amended for republication.
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: Yes
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
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: 3
The procurement involves the setting up of a dynamic purchasing system - 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: 2019/S 59 - 136485
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 21/06/2019 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 09/07/2019
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: 01/11/2019
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-Norwich:-Facilities-management-services./6NPP3469Y2
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6NPP3469Y2
VI.4) Procedures for review
VI.4.1) Review body:
Norfolk Community Health and Care NHS Trust
Bowthorpe Road, Norwich, NR2 3TU, United Kingdom
Tel. +44 1603785860, Email: Lisa.Galbraith@nchc.nhs.uk
Internet address: http://www.norfolkcommunityhealthandcare.nhs.uk/
VI.4.2) Body responsible for mediation procedures:
Norfolk Community Health and Care NHS Trust
Bowthorpe Road, Norwich, NR2 3TU, United Kingdom
Tel. +44 1603785860, Email: Lisa.Galbraith@nchc.nhs.uk
Internet address: http://www.norfolkcommunityhealthandcare.nhs.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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 21/05/2019
Annex A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Norfolk and Suffolk Foundation Trust
Bowthorpe Road, Hellesdon Hospital, Drayton High Road, Norwich, NR2 3TU, United Kingdom
Email: Lisa.Galbraith@nchc.nhs.uk
Contact: Lisa Galbraith
Main Address: http://www.nsft.nhs.uk/Pages/Home.aspx
NUTS Code: UKH1
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
Queen Elizabeth Hospital
Bowthorpe Road, Norwich, NR2 3TU, United Kingdom
Email: Lisa.Galbraith@nchc.nhs.uk
Main Address: http://www.qehkl.nhs.uk/
NUTS Code: UKH16
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
3: Contracting Authority
Norfolk and Norwich University Hospital NHS Foundation Trust
Bowthorpe Road, Norwich, NR2 3TU, United Kingdom
Email: Lisa.Galbraith@nchc.nhs.uk
Main Address: http://www.nnuh.nhs.uk/
NUTS Code: UKH15
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
4: Contracting Authority
James Paget University Hospital NHS Foundation Trust
Bowthorpe Road, Gorleston-on-Sea, Norwich, NR2 3TU, United Kingdom
Email: Lisa.Galbraith@nchc.nhs.uk
Main Address: https://www.jpaget.nhs.uk/
NUTS Code: UKH15
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Norfolk Community Health and Care NHS Trust
Bowthorpe Road, Norwich, NR2 3TU, United Kingdom
Tel. +44 1603785860, Email: steven.worley@nchc.nhs.uk
Contact: Lisa Galbraith
Main Address: http://www.norfolkcommunityhealthandcare.nhs.uk/, Address of the buyer profile: http://www.norfolkcommunityhealthandcare.nhs.uk/
NUTS Code: UKH1
I.2) Joint procurement:
The contract involves joint procurement: Yes
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.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Health
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Cleaning, Catering (Hostess) and Portering Services
Reference number: 383655380
II.1.2) Main CPV code:
79993100 - Facilities management services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Authority have established a framework agreement for cleaning, catering and portering services to replace the current, bundled service contracts held by Norfolk Community Health and Care, and Norfolk and Suffolk Foundation Trust.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 60,000,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Lot 1: Cleaning Services
Lot No:Lot 1
II.2.2) Additional CPV code(s):
90910000 - Cleaning services.
90919200 - Office cleaning services.
II.2.3) Place of performance
Nuts code:
UKH17 - Breckland and South Norfolk
UKH14 - Suffolk
UKH16 - North and West Norfolk
UKH15 - Norwich and East Norfolk
Main site or place of performance:
Breckland and South Norfolk
Suffolk
North and West Norfolk
Norwich and East Norfolk
II.2.4) Description of the procurement: This lot of the framework is for cleaning services within the NHS. As such, cleaning services required include the following: Scheduled and reactive cleaning; deep/periodic cleans; discharge, terminal and clinical cleaning; spillage cleaning; specialist cleaning and waste handling.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
II.2.11) Information about options
Options: 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
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 2)
II.2.1) Title:Lot 2 - Catering (Hostess) Services
Lot No:Lot 2
II.2.2) Additional CPV code(s):
55520000 - Catering services.
II.2.3) Place of performance
Nuts code:
UKH1 - East Anglia
Main site or place of performance:
East Anglia
II.2.4) Description of the procurement: This lot of the framework is for Catering (Hostess) Services for all inpatient wards across NCHC and NSFT sites. These services are based on the reheating of pre-prepared cook-chill and cook-freeze meals.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
II.2.11) Information about options
Options: 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
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 3)
II.2.1) Title:Lot 3 - Portering Services
Lot No:Lot 3
II.2.2) Additional CPV code(s):
98341120 - Portering services.
II.2.3) Place of performance
Nuts code:
UKH1 - East Anglia
Main site or place of performance:
East Anglia
II.2.4) Description of the procurement: This lot of the framework is for portering services across a number of NCHC and NSFT sites.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
II.2.11) Information about options
Options: 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
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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 OJEU: 2019/S 59-136485
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/02/2021
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
G4S Facilities Management, 03333860
5th Floor Southside, 105 Victoria Street London, London, SW1E 6QT, United Kingdom
NUTS Code: UKI
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 60,000,000
Total value of the contract/lot: 60,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=573717675
VI.4) Procedures for review
VI.4.1) Review body
Norfolk Community Health and Care NHS Trust
Bowthorpe Road, Norwich, NR2 3TU, United Kingdom
Tel. +44 1603785860, Email: steven.worley@nchc.nhs.uk
Internet address: http://www.norfolkcommunityhealthandcare.nhs.uk/
VI.4.2) Body responsible for mediation procedures
Norfolk Community Health and Care NHS Trust
Bowthorpe Road, Norwich, NR2 3TU, United Kingdom
Tel. +44 1603785860, Email: steven.worley@nchc.nhs.uk
Internet address: http://www.norfolkcommunityhealthandcare.nhs.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 review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 25/02/2021
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
Norfolk and Suffolk Foundation Trust
Bowthorpe Road, Hellesdon Hospital, Drayton High Road, Norwich, NR2 3TU, United Kingdom
Email: steven.worley@nchc.nhs.uk
Contact: Steven Worley
Main Address: http://www.nsft.nhs.uk/Pages/Home.aspx
NUTS Code: UKH1
2: Contracting Authority
Queen Elizabeth Hospital
Bowthorpe Road, Norwich, NR2 3TU, United Kingdom
Email: steven.worley@nchc.nhs.uk
Main Address: http://www.qehkl.nhs.uk/
NUTS Code: UKH16
3: Contracting Authority
Norfolk and Norwich University Hospital NHS Foundation Trust
Bowthorpe Road, Norwich, NR2 3TU, United Kingdom
Email: steven.worley@nchc.nhs.uk
Main Address: http://www.nnuh.nhs.uk/
NUTS Code: UKH15
4: Contracting Authority
James Paget University Hospital NHS Foundation Trust
Bowthorpe Road, Gorleston-on-Sea, Norwich, NR2 3TU, United Kingdom
Email: steven.worley@nchc.nhs.uk
Main Address: https://www.jpaget.nhs.uk/
NUTS Code: UKH15