Wessex NHS is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | UHS10734 Catering & Cleaning Managed Service |
Notice type: | Contract Notice |
Authority: | Wessex NHS |
Nature of contract: | Services |
Procedure: | Negotiated |
Short Description: | The University Hospital Southampton NHS Foundation Trust is an acute teaching hospital serving the south of England. It has 1484 beds and is situated on 4 sites: the Southampton General Hospital, the Princess Anne Hospital, New Forest Birth Centre and the Countess Mountbatten Hospital. The purpose of this Tender is to award to a single provider to provide a fully managed service provision of combined catering and cleaning services (catering services to both patients and non-patients) to the University Hospital NHS Foundation Trust (Southampton General Hospital & Princess Anne Hospital). The Trust reserves the right to award additional FM services to the successful contractor over the term of the contract. The procurement will be undertaken using the Competitive Negotiated procedure, however the contracting authority reserves the right to award the contract on the basis of the initial tender without conducting negotiations. The contract will commence on 3rd April 2017. |
Published: | 04/02/2016 12:32 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
University Hospital Southampton NHS Foundation Trust
Graham Road, Southampton, SO14 0YG, United Kingdom
Tel. +44 2380825418, Email: steve.jerrim@uhs.nhs.uk, URL: www.uhs.nhs.uk, URL: As Organisation address above
Contact: Procurement Department, Attn: Steve Jerrim
Electronic Access URL: https://www.delta-esourcing.com/respond/4C738D938V
Electronic Submission URL: https://www.delta-esourcing.com/respond/4C738D938V
Further information can be obtained at: As Above
Specifications and additional documents: ANNEX A.II
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Regional or local authority
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: UHS10734 Catering & Cleaning Managed Service
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 27
Region Codes: UKJ32 - Southampton
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Other services. Catering supplies. Catering equipment. Repair and maintenance services of catering equipment. Canteen and catering services. Catering services. Cleaning products. Cleaning and sanitation services. Cleaning services. The University Hospital Southampton NHS Foundation Trust is an acute teaching hospital serving the south of England. It has 1484 beds and is situated on 4 sites: the Southampton General Hospital, the Princess Anne Hospital, New Forest Birth Centre and the Countess Mountbatten Hospital.
The purpose of this Tender is to award to a single provider to provide a fully managed service provision of combined catering and cleaning services (catering services to both patients and non-patients) to the University Hospital NHS Foundation Trust (Southampton General Hospital & Princess Anne Hospital). The Trust reserves the right to award additional FM services to the successful contractor over the term of the contract.
The procurement will be undertaken using the Competitive Negotiated procedure, however the contracting authority reserves the right to award the contract on the basis of the initial tender without conducting negotiations.
The contract will commence on 3rd April 2017.
II.1.6)Common Procurement Vocabulary:
98390000 - Other services.
39222000 - Catering supplies.
39310000 - Catering equipment.
50883000 - Repair and maintenance services of catering equipment.
55500000 - Canteen and catering services.
55520000 - Catering services.
39830000 - Cleaning products.
90900000 - Cleaning and sanitation services.
90910000 - Cleaning services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
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:
The University Hospital Southampton NHS Foundation Trust is an acute teaching hospital serving the south of England. It has 1484 beds and is situated on 4 sites: the Southampton General Hospital, the Princess Anne Hospital, New Forest Birth Centre and the Countess Mountbatten Hospital.
The purpose of this Tender is to award to a single provider to provide a fully managed service provision of combined catering and cleaning services (catering services to both patients and non-patients) to the University Hospital NHS Foundation Trust (Southampton General Hospital & Princess Anne Hospital). The Trust reserves the right to award additional FM services to the successful contractor over the term of the contract.
The procurement will be undertaken using the Competitive Negotiated procedure, however the contracting authority reserves the right to award the contract on the basis of the initial tender without conducting negotiations.
The contract will commence on 3rd April 2017.
Estimated value excluding VAT: 110,000,000
Currency: GBP
II.2.2)Options: No
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: 120 (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:
It is a requirement that the successful Contractor make an initial payment of circa £1.5m to the Trust for transferring the equipment listed within the Equipment Responsibility Matrix, ERM (See Appendix M). The Contractor must accept to transfer the complete list of equipment regardless of whether this is intrinsic to their proposed method of service delivery, and at the value indicated within the ERM. It is also expected that confirmation be included within their submission that at the end of the contract term, that all equipment be transferred at nil cost to the Trust. In addition it will be a requirement for the successful contractor to invest in the provision of non patient catering facilities and their preferred form of food delivery model for patient catering. Innovative Proposals are sought from contractors on how this capital might be financed over the life of the contract such that any capital transferred and any further capital investment is fully written down at the end of the life of the contract with a nil or minimal residual value.
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:Yes
If Yes, description of particular conditions:
Contract performance will be subject to the draft SLA and KPI's as published in the ITT and worked up with the successful bidder.
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.
As further detailed in the PQQ.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
As further detailed in the PQQ.
Minimum Level(s) of standards possibly required:
As further detailed in the PQQ..
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
As further detailed in the PQQ.
Minimum Level(s) of standards possibly required:
As further detailed in the PQQ.
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: No
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Negotiated
Some candidates have already been selected: No
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 2 and maximum number: 3
Objective Criteria for choosing the limited number of candidates:
As further detailed in the PQQ.
Only the top scoring 5 bidders will proceed beyond the PQQ stage. The PQQ stage will include a Trust site visit and presentation by the Trust project group to invite clarification on the scope of the project.
The Top 5 bidders proceeding beyond the PQQ stage will be invited to deliver a presentation to the Trust using the fixed Agenda and instructions (as uploaded in Dropbox). This presentation will be scored and the Top 3 scoring bidders will then proceed to the ITT stage.
If there is a draw (same score in the Top 5 or Top 3) then that bidder will also proceed beyond the PQQ stage and similarly to the ITT stage.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue: Yes
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: UHS10734
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 04/03/2016
Time-limit for receipt of requests for documents or for accessing documents: 12:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 07/03/2016
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 25/04/2016
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: 2024
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 Trust has created a Dropbox folder to hold all the relevant supporting information including drawings, TUPE information and the Procurement documents. The procurement documents including Specifications, Evaluation Criteria and Commercial Schedule are for information and NOT for completion at this stage. These documents, subject to any final minor adjustments, (excluding the Weightings of the Evaluation Criteria) will be published for completion at the ITT stage.
In order to gain access to Dropbox please contact;
Carol Gosling
Matron
Telephone: 02381 204897
Email: carol.gosling@uhs.nhs.uk
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Southampton:-Other-services./4C738D938V
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/4C738D938V
GO-201624-PRO-7708750 TKR-201624-PRO-7708729
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
University Hospital Southampton NHS Foundation Trust
Graham Road, Southampton, SO14 0YG, United Kingdom
Tel. +44 2380825112, Email: steve.jerrim@uhs.nhs.uk
Body responsible for mediation procedures:
University Hospital Southampton NHS Foundation Trust
Graham Road, Southampton, SO14 0YG, United Kingdom
Tel. +44 2380825112, Email: steve.jerrim@uhs.nhs.uk
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
University Hospital Southampton NHS Foundation Trust
Graham Road, Southampton, SO14 0YG, United Kingdom
Tel. +44 2380825112, Email: steve.jerrim@uhs.nhs.uk
VI.5) Date Of Dispatch Of This Notice: 04/02/2016
ANNEX A
II) Addresses and contact points from which specifications and additional documents can be obtained:
University Hospital Southampton NHS Foundation Trust
Graham Road, Southampton, SO14 0YG, United Kingdom
Tel. +44 2381204897, Email: carol.gosling@uhs.nhs.uk
Attn: Carol Gosling
View any Notice Addenda
Section I: Contracting Authority
Title: UK-Southampton: Other services.
I.1)Name, Addresses And Contact Point(s)
University Hospital Southampton NHS Foundation Trust
Graham Road, Southampton, SO14 0YG, United Kingdom
Tel. +44 2380825418, Email: steve.jerrim@uhs.nhs.uk, URL: www.uhs.nhs.uk, URL: As Organisation address above
Contact: Procurement Department, Attn: Steve Jerrim
I.2)Type Of Purchasing Body
Not Provided
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority/entity: UHS10734 Catering & Cleaning Managed Service
II.1.2)Short description of the contract or purchase:
Other services. Catering supplies. Catering equipment. Repair and maintenance services of catering equipment. Canteen and catering services. Catering services. Cleaning products. Cleaning and sanitation services. Cleaning services. The University Hospital Southampton NHS Foundation Trust is an acute teaching hospital serving the south of England. It has 1484 beds and is situated on 4 sites: the Southampton General Hospital, the Princess Anne Hospital, New Forest Birth Centre and the Countess Mountbatten Hospital.
The purpose of this Tender is to award to a single provider to provide a fully managed service provision of combined catering and cleaning services (catering services to both patients and non-patients) to the University Hospital NHS Foundation Trust (Southampton General Hospital & Princess Anne Hospital). The Trust reserves the right to award additional FM services to the successful contractor over the term of the contract.
The procurement will be undertaken using the Competitive Negotiated procedure, however the contracting authority reserves the right to award the contract on the basis of the initial tender without conducting negotiations.
The contract will commence on 3rd April 2017.
II.1.3)Common procurement vocabulary:
98390000 - Other services.
39222000 - Catering supplies.
39310000 - Catering equipment.
50883000 - Repair and maintenance services of catering equipment.
55500000 - Canteen and catering services.
55520000 - Catering services.
39830000 - Cleaning products.
90900000 - Cleaning and sanitation services.
90910000 - Cleaning services.
Section IV: Procedure
IV.1) Type of Procedure
IV.1.1)Type of procedure (as stated in the original notice):
IV.2)Administrative Information
IV.2.1)File reference number attributed by the contracting authority/entity: UHS10734
IV.2.2)Notice reference for electronically submitted notice
Original Notice sent via: OJS eSender
Notice Reference: 2016 - 173051
IV.2.3)Notice to which this publication refers: Not Provided
IV.2.4)Date of dispatch of the original Notice: 04/02/2016
Section VI: Complementary Information
1: Complementary Information
VI.1)This notice involves: Additional Information
VI.3)Information to be corrected or added
VI.3.1) Modification of original information submitted by the contracting authority
VI.3.2) In the corresponding tender documents
VI.3.3)Text to be corrected in the original notice:
VI.3.4)Dates to be corrected in the original notice:
Not Provided
VI.3.5)Addresses and contact points to be corrected:
Not Provided
VI.3.6)Text to be added in the original notice: Not Provided
VI.4)Other additional information:
PLEASE NOTE THAT THE CLOSING DATE FOR THE RESPONSE TO THE PQQ HAS BEEN EXTENDED TO 21ST MARCH AT 12:00 MIDDAY.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=193193490
GO-201632-PRO-7842275 TKR-201632-PRO-7842274
VI.5)Date of dispatch: 02/03/2016