By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

The supply of Cleaning, Catering and Hygiene products.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

University Hospitals of Morecambe Bay NHS Trust
Westmorland General Hospital
Contact point(s): Procurement Team
For the attention of: Paul Dowell
LA9 7RG Kendal
UNITED KINGDOM
Telephone: +44 1539795346
E-mail:
Fax: +44 1524583580

Internet address(es):

General address of the contracting authority: www.mbht.nhs.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Body governed by public law
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

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
The supply of Cleaning, Catering and Hygiene products.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: University Hospitals Morecambe Bay NHS Foundation Trust sites at Barrow in Furness, Kendal, Morecambe and Lancaster.

NUTS code UKD

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 450 000 and 550 000 GBP
II.1.5)Short description of the contract or purchase(s)
The supply of catering, cleaning and hygiene products.
II.1.6)Common procurement vocabulary (CPV)

39800000, 39224100, 39831200, 33763000, 39812000, 33760000, 39224200, 39831400, 33761000, 39831300, 39525600, 39222110, 39831240, 39812100, 39831600, 39525800, 39222120, 33741100, 39811100, 39811110, 39831700

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: yes
Tenders may be submitted for one or more lots
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 Authority wish to enter into a long-term contract with a provider or providers for the provision and installation of domestic cleaning, hygiene and catering equipment and consumables across all three sites within the University Hospitals of Morecambe Bay NHS Foundation Trust.
It is envisaged that the contract will be for a period of 3 years with an option to extend for up to a further 24 months subject to Authority policy and the satisfactory performance of the provider against agreed Key Performance Indicators.
3. 2 Key Service Objectives
It is envisaged that outputs to be required contractually in the contract to be issued at ITT stage will include, but not be limited to:
I) Provision of products that meet required standards.
II) Delivery of products on time, presented to stores acceptably packaged as and when required throughout the contract term.
III) Compliant with Trust, NHS National policies and where appropriate EU Eco label certified paper products.
IV) Provision of innovative solutions to:
- Reduce risk of paper hygiene run out
- Reduce overall costs
- Reduce packaging waste
- Reduce paper towel and toilet paper consumption
- Automate the dilution of chemicals and reduce usage of concentrates
V) Standardisation of product offer.
VI) Provision of technical product advice and support throughout the contract term to include as a minimum:
- Site assessment recommendation for the free fitting of modern dispenser units to include touch free dispensing and appropriate dispensers for wards and quieter service areas.
- Free annual COSHH training for approximately 250 staff.
The contract will be split into four LOTS:
LOT1 Catering Products
LOT2 Cleaning Products
LOT3 Chemicals
LOT4 Hygiene/Paper Products
Estimated value excluding VAT:
Range: between 450 000 and 550 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion

Information about lots

Lot No: 1 Lot title: General Catering Products
1)Short description
The provision of general catering products including items such as disposable catering supplies, food trays, cutlery, cups and gloves, aprons.
2)Common procurement vocabulary (CPV)

39222000

3)Quantity or scope
Currently includes approximately 1200 product lines.
Estimated value excluding VAT:
Range: between 75 000 and 100 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
Lot No: 2 Lot title: General Cleaning Products
1)Short description
The provision of cleaning products including Brooms, brushes, cleaning cloths, gloves and buckets.
2)Common procurement vocabulary (CPV)

39525800

3)Quantity or scope
Approximately currently 140 product lines
Estimated value excluding VAT:
Range: between 25 000 and 30 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
Lot No: 3 Lot title: Cleaning Chemicals
1)Short description
Provision of cleaning chemicals including floor polishes, waxes, floor cleaners, detergents, toilet cleaners, diswashing cleaners.
2)Common procurement vocabulary (CPV)

39830000

3)Quantity or scope
Currently approximately 25 lines
Estimated value excluding VAT:
Range: between 60 000 and 70 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
Lot No: 4 Lot title: Hygiene/Paper products
1)Short description
Provision of hygiene/paper products including toilet paper, hand towels, hand cleaner.
2)Common procurement vocabulary (CPV)

33760000

3)Quantity or scope
Currenelt approximately 40 lines.
Estimated value excluding VAT:
Range: between 330 000 and 360 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The contracting authority reserves the right to require deposits and/or guarantees and/or bonds and/or any other form of security. Details will be provided in the contract documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Further details will be provided in the contract documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The contracting authority reserves the right to require groupings of bidders to take a partucular legal form, a single bidder to primary liability or each party to undertake joint and several liability. Consortia bids are acceptable.
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
Information and formalities necessary for evaluating if the requirements are met: Suppliers Instructions How to Express Interest in this Tender~:

1. Register your company on the eSourcing portal (this is only required once) - Browse to the eSourcing Portal: https://uhmb.bravosolution.co.uk and click the link to register - Accept the terms and conditions and click 'continue' - Enter your correct business and user details - Note the username you chose and click 'Save' when complete - You will shortly receive an email with your unique password (please keep this secure)

2. Express an Interest in the tender - Login to the portal with the username/password - Click the 'PQQs / ITTs Open To All Suppliers' link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) - Click on the relevant PQQ/ ITT to access the content. - Click the 'Express Interest' button at the top of the page. - This will move the PQQ /ITT into your 'My PQQs/ My ITTs' page. (This is a secure area reserved for your projects only) -You can now access any attachments by clicking 'Buyer Attachments' in the 'PQQ/ ITT Details' box
3. Responding to the tender - Click 'My Response' under 'PQQ/ ITT Details', you can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining) - You can now use the ‘Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) You must then submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As set out in the PQQ which is available via the Bravo e-tendering portal.
Minimum level(s) of standards possibly required: As set out in the PQQ which is available via the Bravo e-tendering portal.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As set out in the PQQ which is available via the Bravo e-tendering portal.
Minimum level(s) of standards possibly required:
As set out in the PQQ which is available via the Bravo e-tendering portal.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

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 5
Objective criteria for choosing the limited number of candidates: As set out in the PQQ which is available via the Bravo e-tendering portal.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
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:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
15.2.2013 - 23:59
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
28.2.2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
Any bidder may be disqualified who does not respond to the following in the requiaite manner:
1) - Supplying a profile in NHS Supplier Information Database (sid4health) as part of their PQQ submission. Note that the Contracting Authority has no influence in relation to the time period involved in the generation of a sid4health profile, however, it understands that the process can take between 2 - 5 days and that these timescales may vary from country to country.
2) The Contracting Authority does not bind itself to accept the lowest or any offer.
3) The Contracting Authority is not responsible for any costs incurred by the bidders in relation to their participation in this process.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The contracting authority will incorporate a minimum 10 calendar day standstill period at the point of information on the decision to award the contract is communicated to bidders in accordance with Regulation 32A of the Public Contracts Regulations 2006. Any bidder wishing to appeal the decision to award the contract, or after the award of the contract appeal the award of the contract, shall have the rights as set out in Part 9 of the Public Contracts Regulations 2006.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
12.1.2013