Contract notice

Information

Published

Date of dispatch of this notice: 26/05/2020

Expire date: 13/07/2020

External Reference: 2020-543436

TED Reference: 2020/S 103-249515

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Royal Devon and Exeter NHS Foundation Trust
Peninsula Purchasing and Supply Alliance, Heavitree Hospital, Gladstone Road
Exeter
EX1 2ED
UK
Contact person: Fiona Malloch
Telephone: +44 07785233831
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/login.asp?B=NHSSW
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
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

Supply of reusable sterile and non sterile cleanroom clothing and mop rental, purchase and laundry service.
Reference number:  T20/0411
II.1.2)

Main CPV code

85110000  -  Hospital and related services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Supply of reusable sterile and non sterile cleanroom clothing and mop rental, purchase and laundry service within the boundaries of the Peninsula Purchasing and Supply Alliance.
This procurement is being managed by the Peninsula Purchasing and Supply Alliance on behalf of Royal Devon and Exeter NHS Foundation Trust acting for itself and the following organisations: -
• Northern Devon Healthcare NHS Trust
• Royal Cornwall Hospitals NHS Trust
• Salisbury NHS Foundation Trust
• Torbay & South Devon NHS Foundation Trust
• University Hospitals Plymouth NHS Trust
• Yeovil District Hospital NHS Foundation Trust
• Gloucestershire Hospitals NHS Trust
• North Bristol NHS Trust
• University Hospitals Bristol & Weston NHS Foundation Trust
• Royal United Hospital Bath NHS Foundation Trust
Please note the above named Trusts are participating in the contract. Additional Trusts may join at a later date.
II.1.5)

Estimated total value

Value excluding VAT: 1250000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

18100000  -  Occupational clothing, special workwear and accessories
98311000  -  Laundry-collection services
II.2.3)

Place of performance

Main site or place of performance:  
South West of England
II.2.4)

Description of the procurement

Supply of a reusable sterile and non sterile cleanroom clothing and mop rental, purchase and laundry service to pharmacy aseptic services and nuclear medicine departments. Please see the invitation to tender documents for full details.
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

Value excluding VAT: 1250000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
The Authority reserves the right to extend the contract for any period up to 36 months.
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

The procurement exercise will be conducted in accordance with the information contained in the tender documentation. To receive more information about this tender and to respond to this tender, you must register your interest for this tender on the following e-tendering portal https://uk.eu-supply.com/login.asp

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

List and brief description of conditions:  Any supplier may be disqualified who does not respond to the following in the requisite manner:
1) Suppliers are required to submit their tender response via the Trusts e-tendering portal - CTM - which is accessed at https://uk.eu-supply.com/login.asp - please make sure that you are registered to avoid any future delays.
2) Information and formalities necessary for evaluating if requirements are met:
(a) Is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) Is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) Has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) Has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate;
(e) Has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) Has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) Is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) Has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) Has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) Has been the subject of a conviction for fraud within the meaning of
Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) Has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
(l) The Trust reserves the right to enforce Regulation 57 of the PCR 2015 with regards to its rights to the discretionary exclusion of Bidders
Bidders who have been convicted of a Bribery Act 2010 offence under section 1 (offences relating to bribing another person) or section 6 (bribery of foreign public officials) will be excluded.
In addition to the Provisions of Freedom of Information Act, Bidders will have due regard to the Trusts obligations on Transparency which are set out in more detail at www.businesslink.gov.uk/transparency/procurement and all offers will be submitted on the basis that the contract when awarded may be published in full in accordance with H M Government Transparency Guidance.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
The Trust will also be utilising the NHS supplier information database (sid4gov) to manage and assess general pre-qualification information in the form of a profile. As well as responding to the tender via the e-tendering portal , candidates are requested to provide or update their profile on the sid4gov as follows:
a) candidates should register on sid4gov at http://http://gps.cabinetoffice.gov.uk/i-am-supplier by clicking on the Register Organisation tab and select the Supplier button.
b) to continue with the registration process Suppliers must have a current DUNS Number. If a Supplier does not have a DUNS Number there is a link to the D&B UK website to request a DUNS Supplier Number.
c) Suppliers who already have a published profile on sid4gov must confirm that information is up to date ;i) candidates should ensure all relevant sections of their NHS sid4gov profile are completed to demonstrate their ability to meet the short listing criteria applicable to this contract. Where access to NHS sid4gov is unavailable, please contact NHS the sid4gov helpdesk.
PLEASE NOTE ALL RESPONSES TO OJEU SHOULD BE MADE THROUGH THE E-TENDERING PORTAL AND REGISTRATION IS REQUIRED ON SID4GOV TO UPDATE OR PROVIDE COMPANY PROFILES ONLY
Minimum level(s) of standards possibly required:  
Please see the Supplier Questionnaire for details.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
See above III. 1.1
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please refer to the tender documents - performance monitoring section.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  29/06/2020
Local time:  12:00
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 : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  29/06/2020
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

NHS organisations and hospitals in South West England may join the contract at any time including Great Western Hospitals NHS Foundation Trust, Poole Hospital NHS Foundation Trust, Royal Bournemouth and Christchurch Hospitals NHS Foundation Trust, Somerset NHS Foundation Trust, Jersey General Hospital & Princess Elizabeth Hospital Guernsey.
VI.4)

Procedures for review

VI.4.1)

Review body

Peninsula Purchasing & Supplies Alliance
Heavitree Hospital, Gladstone Road
Exeter
EX1 2ED
UK

VI.4.2)

Body responsible for mediation procedures

Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street
London
EC4Y 1EU
UK

VI.4.4)

Service from which information about the review procedure may be obtained

Peninsula Purchasing & Supplies Alliance
Heavitree Hospital, Gladstone Road
Exeter
EX1 2ED
UK