
Section I: Contracting authority
I.1)Name and addresses
Town: Guildford
NUTS code: UKJ25 West Surrey
Postal code: GU2 7XX
Country: United Kingdom
Contact person: Jonathan Aldred
E-mail: [email protected]
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
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
I.5)Main activity
Health
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Hard FM Services and Waste/Pest Control
Reference number: 3992/2020/RSCH/HARDFM&W/PC
II.1.2)Main CPV code
79993100 Facilities management services
II.1.3)Type of contract
Services
II.1.4)Short description:
Royal Surrey Foundation Trust are seeking to procure Hard FM and waste/pest control services as outlined in lots 1-2
II.1.5)Estimated total value
Value excluding VAT: 30 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot 1
Lot 2
II.2)Description
II.2.1)Title:
Hard FM Services
Lot No: 1
II.2.2)Additional CPV code(s)
79993100 Facilities management services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:
The provision of Hard FM service to include, but be limited to, the following job groups:
• estate maintenance management;
• estate maintenance service;
• planned preventative maintenance;
• reactive maintenance;
• electrical and mechanical maintenance;
• building fabric maintenance;
• sub-contracted work;
• operation of the Trust’s Boiler house;
• emergency out of hours response;
• alterations, adaptations, and improvements;
• capital works;
• minor works.
II.2.5)Award criteria
Criteria below
Quality criterion – Name: Quality / Weighting: 50 %
Cost criterion – Name: Cost / Weighting: 50 %
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:
The contract will be 5 years, plus 3, plus 2 years with extension by agreement and contingent on contractor performance in accordance with the contract performance management processes and measured key performance indicators.
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
It is envisaged that there will be a maximum of 5 candidates per lot.
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
II.2)Description
II.2.1)Title:
Waste/Pest Control Services
Lot No: 2
II.2.2)Additional CPV code(s)
90500000 Refuse and waste related services
90524000 Medical waste services
90524100 Clinical-waste collection services
90524200 Clinical-waste disposal services
90524400 Collection, transport and disposal of hospital waste
90922000 Pest-control services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:
The Trust are looking for a contractor to provide a compliant, efficient, reliable and economical collection, transport and disposal service for the clinical, hazardous, domestic, recycling, confidential and miscellaneous waste streams identified at the location and at the frequencies set out within the specification.
II.2.5)Award criteria
Criteria below
Quality criterion – Name: Quality / Weighting: 50 %
Cost criterion – Name: Cost / Weighting: 50 %
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:
The duration of this contract will be 5 years, plus 3, plus 2 years (with extension by agreement and contingent on the suppliers performance in accordance with the contract performance management processes and measured key performance indicators).
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
It is envisaged that there will be a maximum of 5 candidates per lot.
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: no
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: 31/08/2020
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 02/11/2020
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
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Royal Surrey NHS Foundation Trust
Town: Guildford
Postal code: GU2 7XX
Country: 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:
07/08/2020