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

Provision of Cleaning Services for Portsmouth Hospitals NHS Trust.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Portsmouth Hospitals NHS Trust
Queen Alexandra Hospital, Southwick Hill Road, Cosham
For the attention of: Charlotte Freeman
PO6 3LY Portsmouth
UNITED KINGDOM
E-mail:

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:
Provision of Cleaning Services for Portsmouth Hospitals NHS Trust.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 14: Building-cleaning services and property management services

NUTS code UKJ31,UKJ34

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)
Bidders are invited for the provision of cleaning services to meet the operational and clinical requirements for Portsmouth Hospitals NHS Trust (s) sites. There will be the option for Isle of Wight St Mary's NHS Trust Contracting Authority to also procure/access this contract in the near future.
The Trust is targeting to have awarded the contract by 18.12.2015 with a subsequent commencement date of 1.1.2016. The estimated value of the contract ranges from 60 000 GBP-75 000 GBP based on the current 4 sites. There is also the potential for this to increase as per annum dependent upon number of sites.
This estimated value is based on the current 4 sites and there is the potential to increase during the life of this contract; however, this would be discuss as and when the possibility arrives with the successful service provider. Tender documentation can be downloaded via the following link:

https://in-tendhost.co.uk/soepsprovider/aspx/Home

II.1.6)Common procurement vocabulary (CPV)

90910000, 90911300, 90911200, 90919000, 90919200, 98310000, 90919300, 90911000, 90911100, 90918000, 90919100

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: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The scope of service required under this contract includes but not limited to the following:
a) Cleaning Services;
b) General Services;
c) Waste Removal;
d) Window Cleaning;
e) Control of Consumables;
f) Control of Materials and Equipment; and
g) Feminine Hygiene Service.
h) The Cleaning Service Contractor shall ensure that the standards provided and methodology used complies with the outputs described in the National Standards of Cleanliness for the NHS.
i) The Cleaning Service Contractor shall provide the Domestic Service to all rooms, communal areas, cupboards and offices as identified in the site, Schedules Document and associated drawings Monday to Friday, excl. Bank Holidays, (excl. Carpet Cleaning) in Totton site Monday to Saturday incl. bank holidays.
j) The cleaning contractor must adhere to the Portsmouth Hospital Infection Control guidelines (Audits pass mark is 95 %). Any failure must be rectified within 24 hours at no extra cost to the Trust.
k) Staff working within patient environment must be inoculated against Hepatitis.
l) Contractor shall provide to site its policy advice on sharps - appropriate action in the event of sharp injury and record on Control of Substances Hazardous to Health (COSHH).
m) Staff must always wear uniform (PPE) on-site to distinguish them from the public.
n) On-sites where door or alarm codes are required it is gross offence to transfer or divulge the code.
o) Single use Disposable Mop heads must be used for cleaning at the Totton site due to strict infection control guidelines.
Estimated value excluding VAT:
Range: between 60 000 and 75 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (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:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
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
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria

The most economically advantageous tender in terms of the criteria stated below

1. Quality. Weighting 30

2. Cost. Weighting 70

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:
F9085
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
30.11.2015
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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
IV.3.8)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: 1.1.2022.
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
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
26.10.2015