Cleaning Services Contract Kent
Medway Community Healthcare CIC.
UK-Gillingham: cleaning services
2012/S 83-136499
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Medway Community Healthcare CIC
Unit 5, Ambley Green, Procurement Department
For the attention of: Louise Smith
ME8 0NJ Gillingham, Kent
UNITED KINGDOM
Telephone: +44 1634382208
E-mail: Louisesmith7@nhs.net
Internet address(es):
Address of the buyer profile: As above
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)
Section II: Object of the contract
Service category No 14: Building-cleaning services and property management services
NUTS code UKJ4
The cleanliness of any health care environment is important to support infection prevention and control and ensure patient confidence. Cleaning staff play an important role in improving the quality of the care environment.
Medway Community Healthcare provides a wide range of both planned and unscheduled care in local settings such as healthy living centres, inpatient units and people’s homes.
On 1.4.2011 Medway Community Healthcare became a social enterprise Community Interest Company (CIC), providing community NHS services to the people of Medway in Kent. We are formed from the services directly provided by NHS Medway and have a strong history of partnership working with local GPs, Medway NHS Foundation Trust, Medway Council and other local stakeholders.
Medway on Call Care (MedOCC).
MedOCC deals with urgent care problems when GP surgeries are closed. MedOCC is open 24 hours per day, seven days per week.
The delivery of a high quality cleaning service is complex, demanding and should not be underestimated. MedOCC require a cleaning service from an external provider to ensure that the Patient Environment Action Team (PEAT) annual assessments standards are met within their environment. PEAT is an annual assessment of inpatient healthcare sites. It is a benchmarking tool to ensure improvements are made in the non-clinical aspects of patient care.
Medway Community Healthcare CIC invite expressions of interest from bidders who can work with us to ensure the annual PEAT assessments are achieved to the set thresholds.
90910000
Section III: Legal, economic, financial and technical information
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr.
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) A statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Means of proof for the above may be requested at pre-qualification stage. Bidders will be notified should this be necessary.
(a) A list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) A list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given:
— Where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority,
— Where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator.
(c) An indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities;
(e) Where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years;
(i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) With regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Bidders will be invited to tender based on scores achieved within the pre-qualification questionnaire. Bidders are scored on Business capability, financial standing, insurances and commitment to standards.
The most economically advantageous tender in terms of the criteria stated below
Non financial weighting (quality). Weighting 60
Financial weighting. Weighting 40
Section VI: Complementary information
VI.5)Date of dispatch of this notice:25.4.2012