Section one: Contracting authority
one.1) Name and addresses
Lothian Health Board
Procurement Headquarters, Waverley Gate 2-4 Waterloo Place
Edinburgh
EH1 3EG
Telephone
+44 8454242424
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
http://www.nhslothian.scot.nhs.uk/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00326
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
EICR Testing
Reference number
LR3-106-2024
two.1.2) Main CPV code
- 71314100 - Electrical services
two.1.3) Type of contract
Services
two.1.4) Short description
The contractor will be expected to implement a fully comprehensive Schedule of Inspection and Testing (EICR) schedule across NHS Lothian as per the asset listing.
two.1.5) Estimated total value
Value excluding VAT: £300,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50532400 - Repair and maintenance services of electrical distribution equipment
two.2.3) Place of performance
NUTS codes
- UKM73 - East Lothian and Midlothian
- UKM75 - Edinburgh, City of
- UKM78 - West Lothian
two.2.4) Description of the procurement
NHS Lothian utilises SFG 20 to determine suitable workplaces and schedules.
Work plan ‘44-11 & SHTM 06-23 – Period Inspection and Testing’ defines the requirements of this service.. Each distribution board shall be subject to 5 year inspection and test.
There will be occasions where power cannot be removed from Distribution Boards due to clinical risk. If this event exists, then there is a requirement to carry out Thermal Imaging of Electrical Systems (under 1000VAC) SFG Work plan 44-16 with Earth Loop Impedance test. Prior to this change being implemented it must be agreed by Head of Estates and Hard FM Area Manager and recorded through contract governance.
The SFG 20 work plan is contained within the suite of procurement documents available for download on PCS-Tender.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
6 August 2024
End date
5 August 2025
This contract is subject to renewal
Yes
Description of renewals
The proposed contract period is an initial 12 momth contract with the option to extend for + 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
SPD [4A1a] Any person(s) undertaking the services will be City & Guilds qualified in the Initial and Periodic Electrical Inspection and Testing (2391), and ITC Level 1 Thermal Certified by the contract start and for the duration of the contract; registration shall be demonstrated within proposal.
NHS has adopted Safe Contractor. The successful bidder must be Safe Contractor registered by the contract start date and for the duration of the Contract, registration shall be demonstrated within proposal
three.1.2) Economic and financial standing
List and brief description of selection criteria
[4B1.2] Bidders are required to provide their average yearly turnover for the last 3 years.
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded
contract, the types and levels of insurance indicated below:
[4B5.1a] - Professional indemnity insurance 5 million GBP
[4B5.1b] - Employer's (Compulsory) Liability Insurance of 5 million GBP
[4B5.2] - Public Liability Insurance of 10 million GBP
Minimum level(s) of standards possibly required
[4B1b] Bidders will be required to have an average yearly turnover of a minimum of 300,000 GBP for the last 3 years.
Bidders should be able to provide financial accounts when requested. Should these not be available, or should this show financial instability
of the organisation, this may result in a fail.
three.1.3) Technical and professional ability
List and brief description of selection criteria
[4C1.1/4C1.2] Bidders must provide two examples of services carried out during the past three years that demonstrate experience to deliver the services described in part II.2.4 of the Contract Notice and the ITT, and in particular:
- a similarly complex estate; &
- with a similar volume of assets, and value of contract.
Examples must demonstrate experience in non-reactive maintenance.
Bidders’ examples should include the following details:
- Detailed description and location of the service.
- Value of the contract/service
- Contract period
- Complexity of estate managed
- Details of multi/complex stakeholder engagement
- Contact details of a reference (this may be used for information purposes only)
This is a pass/fail question, if relevant previous experience and correct level of service is not demonstrated this will result in your tender
being rejected.
4D1]
1. Quality Management. The Bidder must have the following:
The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO
9001 (or equivalent).
2. Health and Safety Procedures. The Bidder must have the following:
A regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or
equivalent. The policy must be relevant to the nature and scale relevant to the nature and scale of your operations and set out
responsibilities for H&S management at all levels within the organisation. The policy must be relevant operations and set out your
company’s responsibilities of H&S management and compliance with legislation.
NOTE: Organisations with fewer than five employees are not required by law to have a documented policy statement.
[4D2] Environmental Management Systems. The Bidder must have the following:
Documented arrangements for ensuring that the bidder’s environmental management procedures are effective in reducing / preventing
significant impacts on the environment. This should evidence that the bidder’s organisation’s environmental policy implementation plan
provides information as to how the organisation aims to discharge relevant legal responsibilities and provides clear indication of how these
arrangements are communicated to the workforce in relation to environmental matters including: sustainable materials procurement; waste
management; energy management. This should include the arrangements for responding to, monitoring and recording environmental
incidents and emergencies and complaints
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
3 July 2024
Local time
12:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
3 July 2024
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public
Contracts (Scotland) Regulations 2015.
Objective criteria for ensuring the selection of suitably qualified candidates:
This procedure will be conducted via the Public Contracts Scotland-Tender (PCS-T) Portal. All queries must be made via the PCS-T messaging system. For further instructions, please refer to the SPD Guidance document attached to this project in PCS-T.
We will apply a single stage process:
Pre-Qualification via the SPD. The SPD asks bidders general questions; when completing, bidders must have regard for the statements in this Notice that detail specific requirements. Bidders must:
a) Pass the Minimum Standards in ESPD Sections 4A, 4B, and 4D in the PCS-T Qualification envelope. Statements for these questions can be found in Sections III.1.1, III.1.2, and III.1.3 of this Notice.
TUPE won't apply.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22211. 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:
Community Benefits as described within the procurement documents.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26622. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:764656)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
Edinburgh
Country
United Kingdom