Tender

Chlorine Dioxide (Domestic Water) Dosing Plant Maintenance

  • NHS Greater Glasgow and Clyde

F02: Contract notice

Notice identifier: 2022/S 000-011495

Procurement identifier (OCID): ocds-h6vhtk-033384

Published 4 May 2022, 1:59pm



Section one: Contracting authority

one.1) Name and addresses

NHS Greater Glasgow and Clyde

Procurement Department, Glasgow Royal Infirmary, 84 Castle Street

Glasgow

G4 0SF

Contact

Emma Watt

Email

Emma.Watt@ggc.scot.nhs.uk

Telephone

+44 1414511623

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.nhsggc.org.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10722

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Chlorine Dioxide (Domestic Water) Dosing Plant Maintenance

Reference number

GGC0704

two.1.2) Main CPV code

  • 50710000 - Repair and maintenance services of electrical and mechanical building installations

two.1.3) Type of contract

Services

two.1.4) Short description

There is a requirement for an NHS Greater Glasgow & Clyde-wide agreement for the maintenance of Chlorine Dioxide Dosing Plants serving Domestic Water Systems to assist the Board with the control of waterborne pathogens.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45259000 - Repair and maintenance of plant
  • 50000000 - Repair and maintenance services
  • 50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery
  • 50510000 - Repair and maintenance services of pumps, valves, taps and metal containers
  • 50530000 - Repair and maintenance services of machinery
  • 50531300 - Repair and maintenance services of compressors
  • 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
  • 50532300 - Repair and maintenance services of generators
  • 50800000 - Miscellaneous repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM8 - West Central Scotland
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
  • UKM82 - Glasgow City
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

The contract is for the routine maintenance to Chlorine Dioxide Dosing Plant located throughout NHS Greater Glasgow & Clyde (GG&C). Services included in the contract are:

Weekly Services

Monthly Services

6 Monthly Services

Annual Services

24/7, 365 days breakdown repair

Remote monitoring via telemetry

The service contractor will be expected to provide expert advice to local Estates Managers on the maintenance and management of Chlorine Dioxide Dosing Plant to the hospitals, electronic reports on plant condition and actions required to ensure the reliability of the service.

The service contractor will also be required to produce and maintain an asset list of all Chlorine Dioxide Dosing Plant within NHSGG&C detailing each individual installation, its location and serial number and the maintenance schedule for it. This should be available to view electronically with the ownership of the asset list reverting to NHSGG&C at the conclusion of the contract.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: Cost / Weighting: 60

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

3 x 12 months

two.2.10) Information about variants

Variants will be accepted: No

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

Please refer to SPD question number 4A2.

Suitability is mandatory.

Bids that do not pass the mandatory requirements may not be taken forward.

It is mandatory contractors have accreditation/memberships (or equivalent) or can provide evidence that they are working towards the

following:

The Contractor must have an understanding of and adherence to SHTM 00 Best practice guidance for healthcare engineering. Policies and principles. Copy attached in PCS-Tender for information.

The Contractor must have an understanding of and adherence to SHTM 04-01 Water Safety in Healthcare Premises Part B: Operational Management. Copy attached in PCS-Tender for information.

The Contractor must have an understanding of and adherence to SHTM 04-01 The control of Legionella, hygiene, ‘safe’ hot water, cold water and drinking water systems Part D: Disinfection of Public Water Systems. Copy attached in PCS-Tender for information.

All staff must have an understanding of and fully comply with HAI-Scribe control measures when working in clinical environments. The Contractor must liaise with local Estates prior to work within clinical spaces and ensure that agreed control measures are adhered to for the duration of the works.

All staff must have an understanding of and fully comply with CDM Regulations. The Contractor must ensure that this will be adhered to for the duration of the contract and provide evidence of this.

All staff must have an understanding of and fully comply with Health and Safety at Work Act 1974. The Contractor must ensure that this will be adhered to for the duration of the contract and provide evidence of this.

All staff must have Asbestos Awareness certification.

The Contractor must be CHAS registered (or other SSIP equivalent).

The Contractor must ensure that these minimum standards are regulations will be adhered to for the duration of the contract and provide evidence of this.

three.1.2) Economic and financial standing

List and brief description of selection criteria

With reference to SPD question 4B.1.1, tenderers are required to have a minimum 'general' yearly turnover of at least 1 x the estimated contract value in line with regulation 59(9) of the Public Contract (Scotland) Regulations 2015 Tenderers should be able to provide 2 years financial accounts when requested by NHSGGC

With reference to SPD question 4B.4, tenderers are required to state the value for the following financial ratio):

Current Ratio (Liquidity Ratio)

(Total current assets divided by total current liabilities)

The acceptable range for this financial ratio is:

>0.99

Tenderers should be able to provide 2 years financial accounts when requested by NHSGGC

With reference to SPD question 4B.4, tenderers are required to state the value for the following financial ratio):

Net Profit Margin

(Net profits divided by revenue x 100)

The acceptable range for this financial ratio is

>0 (i.e positive)

Tenderers should be able to provide 2 years financial accounts when requested by NHSGGC Please note: Organisations with Charitable Status are not required to provide a response to this question

Minimum level(s) of standards possibly required

With reference to SPD question 4B.5.1b, tenderers must hold and evidence Employer’s (Compulsory) Liability Insurance = GBP5m. If

tenderers do not currently have this level of insurance, they must agree to put it in place prior to contract commencement.

With reference to SPD question 4B.5.2, tenderers must hold and evidence Public Liability Insurance = GBP10m. If tenderers do not

currently have this level of insurance, they must agree to put it in place prior to contract commencement.

three.1.3) Technical and professional ability

List and brief description of selection criteria

With reference to SPD question 4C.1.2 Tenderers are required to provide examples that demonstrate they have the relevant experience to deliver the service. Examples must be from within the last 3 years. You should use the attached template to provide 2 examples that demonstrates experience that is relevant to this procurement exercise. Your completed response should be no more than 2 pages of A4. The completed response should be uploaded to question 4C.1.2.

With reference to SPD question 4C.10 Tenderers are required to provide details of the proportion of the contract you intend to subcontract and which segment of the service will be delivered by the subcontractor.

Minimum level(s) of standards possibly required

With reference to SPD Question 4D.1, tenderers should hold and evidence or commit to obtain, within 6 months of the contract start date, a whistleblowing policy consistent with the National Whistleblowing Standards that can be found at the following link: https://inwo.spso.org.uk/national-whistleblowing-%20standards.


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: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

6 June 2022

Local time

1:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

6 June 2022

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20203. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

A scoreable question has been included as part of this tender exercise as follows:

Please demonstrate your organisation’s approach to delivering community benefits or achieving social value through this contract; e.g. by providing training opportunities, apprenticeships or investment (monetary or otherwise) in the local community.

(SC Ref:677240)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9TW

Telephone

+44 4298888

Country

United Kingdom