Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Body governed by public law
Section II: Object
II.1)Scope of the procurement
II.1.2)Main CPV code
79993100
II.1.3)Type of contract
Services
II.1.4)Short description:
Cambridge University Hospitals NHS Foundation Trust (CUH), as the Contracting Authority, is tendering for Soft FM Services. The contract will be for 5 years, with an option for a maximum extension of up to 2 years thereafter, for the provision of a range of Soft FM services. This includes cleaning, catering and housekeeping services at sites across the Trust. This includes 10 satellite locations for cleaning services only. The service will also include the equipping of 3 additional satellite kitchens. The Trust reserves the right to review the scale and scope of the contract, and further reserves the right to add comparable services.
II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
55520000
55000000
55322000
55320000
55321000
55300000
90910000
90900000
55400000
45421151
79930000
II.2.3)Place of performance
NUTS code: UK
NUTS code: UKH12
Main site or place of performance:
II.2.4)Description of the procurement:
Services provided must be responsive to the Contracting Authority's requirements which will be based on the number of Patients and their associated needs stemming from the Trust's healthcare provision. The successful provider will need to be flexible in their approach to service delivery.
Currently there are approximately 1 200 patient beds, and 140 000 square meters of space requiring cleaning. Patients receive three meals per day; including breakfast, lunch and dinner.
Any refinements to the service required will not alter the character of the individual services described in II.1.4) above.
Our strategic long term view is 1 of securing a single strategic contracted partner, replacing several contracts currently held, in order to secure improvements year-on-year in operational costs, and at the same time deliver our ambition of improvement to patient experience and quality of care. Full information on this will be provided in the tender documentation.
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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:
24 months either in 1 x 24 month period or 2 x 12 months.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
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
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
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 02/08/2017
Local time: 17:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 12/09/2017
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 months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Cambridge University Hospitals Foundation Trust
Hills Road
Cambridge
CB2 0QQ
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
27/06/2017