Royal Berkshire and Battle Hospitals NHS Trust : HFMS FACILITIES MANAGENT CONTRACT FOR THE ROYAL BERKSHIRE BRACKNELL CLINIC

  Royal Berkshire and Battle Hospitals NHS Trust is using Delta eSourcing to run this tender exercise

Notice Summary
Title: HFMS FACILITIES MANAGENT CONTRACT FOR THE ROYAL BERKSHIRE BRACKNELL CLINIC
Notice type: Contract Notice
Authority: Royal Berkshire and Battle Hospitals NHS Trust
Nature of contract: Services
Procedure: Restricted
Short Description: The contract is to provide Facilities Management services incluing Security, Reception, Catering, Portering, Domestic Cleaning for the Royal Berkshire Bracknell Clinic. The Royal Berkshire Bracknell Clinic is a facility providing Renal, Chemotherapy Radiotherapy, Opthalmology, radiology and pathalogy Services in the Bracknell area. The location current covers two floors but with an option to expand onto a third floor at a later date.
Published: 29/01/2013 15:24
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-Reading: Facilities management services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Royal Berkshire and Battle Hospitals NHS Trust
      PRINCES HOUSE, LONDON ROAD, Reading, RG1 5UZ, United Kingdom
      Tel. +44 01183226637, Fax. +44 01183225242, Email: neil.dowdell@royalberkshire.hs.uk
      Attn: NEIL DOWDELL
      Electronic Submission URL: n/a

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Other: NHS TRUST

   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: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: HFMS FACILITIES MANAGENT CONTRACT FOR THE ROYAL BERKSHIRE BRACKNELL CLINIC
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 14

         Region Codes: UKJ11 - Berkshire         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:Not Provided
      
      II.1.5)Short description of the contract or purchase:
      Facilities management services. The contract is to provide Facilities Management services incluing Security, Reception, Catering, Portering, Domestic Cleaning for the Royal Berkshire Bracknell Clinic.
The Royal Berkshire Bracknell Clinic is a facility providing Renal, Chemotherapy Radiotherapy, Opthalmology, radiology and pathalogy Services in the Bracknell area.
The location current covers two floors but with an option to expand onto a third floor at a later date.
         
      II.1.6)Common Procurement Vocabulary:
         79993100 - Facilities management services.
         

      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: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      The scope of the contract is to provide Soft Facilities Management services provided both staff and management support to the Trust's subsiduary HFMS (Healtcare Facilities Management Services Ltd).         
         Estimated value excluding VAT: 2,000,000
         Currency: GBP
                        
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 60 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      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:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.

      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         (k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
         
         Information and formalities necessary for evaluating if requirements are met:
         Experience of this type of contract in a Healthcare environment.
Financial strength
Resources to be able to perform the contact
Skill range
Ability to manage inherited contract.
Innovation that can offer      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Not Provided      
      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: Yes
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: 3 and maximum number: 5         
         Objective Criteria for choosing the limited number of candidates:
         Experience of this type of contract in a Healthcare environment.
Financial strength
Resources to be able to perform the contact
Skill range
Ability to manage inherited contract.
Innovation they can offer   
   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: PROC0475      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:


         Not Provided      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 01/03/2013
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      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: Yes
      Estimated timing for further notices to be published: MAXIMUM OF FIVE YEARS
   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: THE CONTRACT WILL BE AWARDED ON THE BASIS OF A 3 YEAR CONTRACT WITH OPTIONS FOR TWO ONE EXTENSIONS
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Reading:-Facilities-management-services./6JXJ645UX6

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6JXJ645UX6
GO-2013129-PRO-4550573 TKR-2013129-PRO-4550572
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 29/01/2013

ANNEX A

View any Notice Addenda

View Award Notice