Section one: Contracting authority
one.1) Name and addresses
Peninsula Purchasing and Supply Alliance,
North Devon District Hospital, Raleigh Park
Barnstaple
EX31 4JB
Contact
Gary Turner
Telephone
+44 7977268734
Country
United Kingdom
NUTS code
UKK - South West (England)
National registration number
Peninsula Purchasing and Supply Alliance,
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/45644
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=40770&B=NHSSW
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=40770&B=NHSSW
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Linen and Laundry Services
Reference number
NDDH088
two.1.2) Main CPV code
- 39518000 - Hospital linen
two.1.3) Type of contract
Supplies
two.1.4) Short description
Supply of washed laundry product and Trust owned Return to Sender products to NHS and other organisations in the South West of England.
two.1.5) Estimated total value
Value excluding VAT: £20,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 6
two.2) Description
two.2.1) Title
Linen and Laundry Services
Lot No
1
two.2.2) Additional CPV code(s)
- 39291000 - Laundry supplies
two.2.3) Place of performance
NUTS codes
- UKK - South West (England)
- UK - United Kingdom
two.2.4) Description of the procurement
Supply of washed laundry product and Trust owned Return to Sender products to NHS and other organisations in the South West of Engla
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Information and formalities necessary for evaluating if the requirements are met:
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.
three.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 FTS 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 supply the current DUNS number when registering an interest in this process.
three.1.3) Technical and professional ability
List and brief description of selection criteria
See above III.1.1
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As listed in the Invitation to Tender Documents
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 December 2021
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
20 December 2021
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
This contract is for an initial period of 5 years/60 months with the option to extend for
six.4) Procedures for review
six.4.1) Review body
Northern Devon Healthcare NHS Trust
North Devon District Hospital, Raleigh Park
Barnstaple
EX31 4JB
Telephone
+44 7977268734
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
Northern Devon Healthcare NHS Trust
North Devon District Hospital, Raleigh Park
Barnstaple
EX31 4JB
Telephone
+44 7977268734
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
Peninsula Purchasing and Supply Alliance,
North Devon District Hospital, Raleigh Park
Barnstaple
EX31 4JB
Telephone
+44 7977268734
Country
United Kingdom