Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)The Royal Surrey County Hospital NHS Foundation Trust
Egerton Road
Contact point(s): Progression Management Consultancy
For the attention of: Mike Powell
GU2 7XX Guildford
UNITED KINGDOM
Telephone: +44 7771606579
E-mail:
Internet address(es):
General address of the contracting authority: http://www.royalsurrey.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 authorityBody governed by public law
I.4)Contract award on behalf of other contracting authoritiesThe 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:Hard Facilities Management Services Contract.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Guildford;
Surrey.
NUTS code UKJ23
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
II.1.5)Short description of the contract or purchase(s)An indicative range of services to be provided as part of this contract is as follows:
- Estates Management (including but not limited to planned & reactive maintenance, capital projects programme management, Energy & Environmental management, space management, help desk, fire safety,etc.);
- Grounds Maintenance inc external cleaning;
- Waste Management (clinical and non-clinical).
II.1.6)Common procurement vocabulary (CPV)50000000, 50700000, 90511000, 90524400, 77314000
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Royal Surrey County Hospital is a busy general hospital with a comprehensive range of services, including critical care, operating theatre suites and in-patient provision with a total of 515 beds. The floor area is approximately 65,794 sq. metres.
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 84 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:An appropriate bond and/or guarantee may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:Monthly in arrears of a VAT invoice being submitted for the previous months work.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:No special legal form is required but the successful contractor will be required to become jointly and severally responsible for the contract before acceptance.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: The Contract will be subject to a rigorous performance management regime.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Evidence of relevant insurance or indemnities.
Good company standing.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Good financial standing.
The provision of financial accounts or other as determined in the Pre Qualification Questionnaire.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Evidence of providing estates maintenance, waste management and other hard FM services to relevant organisations specifically acute hospitals.References will be requested.
Evidence of having undertaken TUPE transfers and having a GAD certificated scheme or will have a GAD scheme in place by contract commencement.
Evidence of appropriate quality/professional/technical accreditations.
Evidence of adherence to relevant guidance/legislation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal 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 procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged number of operators: 6
Objective criteria for choosing the limited number of candidates: Organisations interested in being considered for this opportunity are required to complete and submit a PQQ by the deadline specified. Selection of the organisations to be invited to tender will be based on the results of the evaluation of the completed PQQs. The objective criteria to be used to select the Organisations to be invited to tender are detailed in the PQQ a copy of which can be obtained by expressing an interest (by email) to Mike Powell at /
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:Hard Facilities Management Services Contract.
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate20.9.2013 - 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates18.10.2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published: 7 years.
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional informationOrganisations interested in participating in this tender are required to complete and submit a PQQ by the date set out in this Notice. A copy of the PQQ and associated documents are available by registering an expression of interest (via email) to: Mike Powell at . Neither Progression Mangement Consultancy or Royal Surrey County Hospital NHS FoundationTrust will be responsible for any costs or expenses incurred by organisations in participating in the tender process and responding to the PQQ. The Contract will be for a 7 year period with the option to extend by any period(s) up to a maximum of 3 years.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: The Trust will incorporate a 10 calendar day standstill period at the point that the award of contract is notified to the tenderers. This period allows unsuccessful tenderers to seek a full debriefing from the Trust before the Contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days prior to the end of the standstill period.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:14.8.2013