Section one: Contracting authority
one.1) Name and addresses
NHS Ayrshire & Arran
Eglinton House, Ailsa Hospital, Dalmellington Road
Ayr
KA6 6AB
Contact
Lesley Marshall
Telephone
+44 1294323219
Country
United Kingdom
NUTS code
UKM94 - South Ayrshire
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00060
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
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.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
AA-67-23(ES) Reverse Osmosis (RO) Plant Replacement Project, UHC & UHA
Reference number
AA-67-23(ES)
two.1.2) Main CPV code
- 45252210 - Water purification plant construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Removal and replacement of Reverse Osmosis (RO) Plant within University Hospitals Crosshouse and Ayr. Full project details contained within the additional documentation.
two.1.5) Estimated total value
Value excluding VAT: £500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45252200 - Purification plant equipment
- 45259200 - Purification-plant repair and maintenance work
two.2.3) Place of performance
NUTS codes
- UKM94 - South Ayrshire
Main site or place of performance
University Hospitals Crosshouse and Ayr
two.2.4) Description of the procurement
NHS Ayrshire and Arran are wishing to appoint a specialist contractor for the removal and replacement of Reverse Osmosis (RO) Plant within University Hospitals Crosshouse and Ayr.
two.2.5) Award criteria
Quality criterion - Name: Proposal to deliver the requirement / Weighting: 40
Quality criterion - Name: Risk Assessment and method statements / Weighting: 20
Quality criterion - Name: Quality / Weighting: 20
Quality criterion - Name: Operational Challenges / Weighting: 10
Quality criterion - Name: Capacity / Resourcing / Weighting: 5
Quality criterion - Name: Sustainability / Weighting: 5
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
19 June 2023
End date
29 March 2024
This contract is subject to renewal
No
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
two.2.14) Additional information
Full project information is included within the attached documentation.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
5 June 2023
Local time
12:00pm
Changed to:
Date
14 June 2023
Local time
12:00pm
See the change notice.
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
7 June 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
For your Tender document to be evaluated you must first pass all the mandatory questions within the SPD and pass the financial
requirements within the SPD. You must also score at least 50% for your two relevant examples. If you fail at any of these sections your
tender will not be evaluated.
Affordability - the Board may discount clearly unsuitable bids, due to costs, under affordability at an early stage.
It is the Tenderers responsibility to ensure that completion of all documentation is accurate.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=731437.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
NHS Ayrshire and Arran have a duty to consider the economic, social and environmental wellbeing of the authority’s area. Bidders should demonstrate how they would propose to deliver any of the “Open” Bids, if they are successfully awarded this contract, as detailed within the Invitation to Tender (ITT), Section 2, 2.5 Community Wealth Building (CWB).
(SC Ref:731437)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=731437
six.4) Procedures for review
six.4.1) Review body
Kilmarnock Sheriff Court
St Marnocks Street
Kilmarnock
KA1 1ED
Country
United Kingdom