Domestic Cleaning Services Greater Manchester
The purpose of this tender exercise is to select a service provider whose delivery of domestic cleaning services in accordance with the National Specification for Cleanliness in the NHS. UK-Manchester: domestic services
2012/S 78-128854
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
The Pennine Acute Hospitals NHS Trust
Trust Headquarters, North Manchester General Hospital, Delaunays Rd, Crumpsall
For the attention of: Peter Hamilton
M8 5RL Manchester
UNITED KINGDOM
Telephone: +44 1616561965
E-mail: procurement.nm@pat.nhs.uk
Fax: +44 1616278609
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 25: Health and social services
Main site or location of works, place of delivery or of performance: North Manchester – UK.
NUTS code UKD32
As there is no obligation under the regulations to publish a contract for a part B service please be aware that this is a voluntary notice.
98514000, 90910000, 85111000, 85112000
Section III: Legal, economic, financial and technical information
(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) ofCouncil 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 andArticle 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.
Bidders are required to complete a pre-qualification questionnaire (PQQ).
(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 3 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.
Bidders are required to complete a pre-qualification questionnaire (PQQ).
(a) A list of the works carried out over the past 5 years, accompanied by certificates of satisfactory executionfor 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 3 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 publicworks 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;
(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;
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract;
Bidders are required to complete a pre-qualification questionnaire (PQQ).
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: As specified in the pre-qualification questionnaire.
Section VI: Complementary information
VI.5)Date of dispatch of this notice:20.4.2012