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
Oliver Bailey
Telephone
+44 1412015388
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
http://www.nhsggc.scot/about-us/procurement/
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
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
Low Voltage Emergency Generator Maintenance
Reference number
GGC0565
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
There is a requirement for an NHS Greater Glasgow & Clyde Lotted Contract in place for Low Voltage Emergency Generator Maintenance.
The contract is for the routine maintenance to emergency electrical generators located throughout NHS Greater Glasgow & Clyde (GG&C), including both minor (interim) and major (full) services. The service contractor(s) must provide a 24/7 365 day breakdown repair. The service contractor(s) will also be required to provide additional services in relation to temporary hire sets to cover failures or servicing and load banks for testing. The service contractor(s) will be expected to provide expert advice to local Estates Managers on the maintenance and management of generator services to the hospitals, electronic reports on plant condition and actions required to ensure the reliability of the standby service.
two.1.5) Estimated total value
Value excluding VAT: £1,250,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
North Sector and Partnerships
Lot No
1
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
NHS Greater Glasgow and Clyde will appoint a single supplier for the North Sector and Partnerships.
The contract is for the routine maintenance to emergency electrical generators located throughout NHS Greater Glasgow & Clyde (GG&C), including both minor (interim) and major (full) services. The service contractor(s) must provide a 24/7 365 day breakdown repair. The service contractor(s) will also be required to provide additional services in relation to temporary hire sets to cover failures or servicing and load banks for testing. The service contractor(s) will be expected to provide expert advice to local Estates Managers on the maintenance and management of generator services to the hospitals, electronic reports on plant condition and actions required to ensure the reliability of the standby service.
two.2.5) Award criteria
Quality criterion - Name: Technical/Quality / Weighting: 40
Cost criterion - Name: Commercial / Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £625,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2023
End date
31 August 2026
This contract is subject to renewal
Yes
Description of renewals
2 x 12 Month Extensions
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) Description
two.2.1) Title
Clyde Sector
Lot No
2
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
NHS Greater Glasgow and Clyde will appoint a single supplier for the Clyde Sector.
The contract is for the routine maintenance to emergency electrical generators located throughout NHS Greater Glasgow & Clyde (GG&C), including both minor (interim) and major (full) services. The service contractor(s) must provide a 24/7 365 day breakdown repair. The service contractor(s) will also be required to provide additional services in relation to temporary hire sets to cover failures or servicing and load banks for testing. The service contractor(s) will be expected to provide expert advice to local Estates Managers on the maintenance and management of generator services to the hospitals, electronic reports on plant condition and actions required to ensure the reliability of the standby service.
two.2.5) Award criteria
Quality criterion - Name: Technical/Quality / Weighting: 40
Cost criterion - Name: Commercial / Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £625,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2023
End date
31 August 2026
This contract is subject to renewal
Yes
Description of renewals
2 x 12 Month Extensions
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.1.2) Economic and financial standing
List and brief description of selection criteria
With Reference to SPD Question 4B1.1,Turnover for each year stated must the estimated contract value stated in the Contract Notice i.e. turnover must be at least GBP125,000 if you have applied for one of the Lots under this Lotted Contract and GBP250,000 if you have applied for two of the Lots under this Lotted Contract in each year specified.
With reference to SPD question 4B.4, tenderer 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
With reference to SPD question 4B.4, tenderer are required to state the value for the following financial ratio:
Net Profit Margin
With reference to SPD question 4B.5 Insurances, please confirm the following:
4B.5.1a - Employers Liability Insurance, hold a policy providing as a minimum GBP 2 million cover Pass/Fail
4B.5.1b - Public Liability Cover, hold a policy providing as a minimum GBP 5 million cover Pass/Fail
4B.5.2 - Professional Indemnity Insurance, hold a policy provided as a minimum GBP 5 million cover Pass/Fail
Any supplier unable to meet, or unwilling to commit to obtaining the required insurance levels, will be deemed non-compliant and their
submission will not be evaluated any further.
(Net profits divided by revenue x 100)
The acceptable range for this financial ratio is:
>0 (i.e positive) Minimum level(s) of standards required:
three.1.3) Technical and professional ability
List and brief description of selection criteria
With reference to SPD Question 4C.1.2 Provide three (3) examples from the last five (3) years of providing services outlined in the
Specification & document. Examples provided must demonstration of working with SHTM 00: Best practice guidance for healthcare
engineering, SHTM 06-02: Electrical safety guidance for low voltage systems and within NHS or Healthcare Environment. Tenderers
should ensure to highlight the relevancy of their case study, giving detailed account of the services carried out. Pass/Fail
With reference to SPD Question 4C.7 Bidders will be required to confirm that they will employ environmental management measures that
meet the following requirements:
-The supplier should eliminate all non-essential packaging, and where packaging is essential, the supplier should remove this from site for
their own recycling.
-If an item is required for repair, remove damaged item from NHSGGC site and take for own recycling, including all packaging associated.
-Any vehicles to be turned off while on NHSGGC sites to reduce carbon emissions.
-Number of visits/deliveries limited where possible? Operational alarms to sound when maintenance is required to save unnecessary trips.
-Are materials used supporting circular economy (are they designed to last a long time – less pollution and less maintenance required).
b)The contractor must hold a Special Waste Licence from the Scottish Environment Protection Agency (SEPA)
Pass/Fail
With reference to SPD Question 4C8.1
i)Please provide average annual manpower against the following categories of staff:
-Managing Partner or Director
-Contract Manager and Deputy or equivalent
-Site/Works Supervisor
-Electrical and Mechanical Trades People
ii) The following resource levels are mandatory and are considered to be a minimum appropriate level:
-Managing Partner or Director: Names escalation point of contact for contract management.
-Contract Manager and Deputy or equivalent: Must be suitably qualified, competent person, satisfying all requirements requested within
this specification and have all the authority to resolve all problems across all sites and locations.
-Site/Works Supervisor: Single point of contact for individual works on site. Resource to be maintained throughout the life of the project
and have a minimum 3 years’ experience supervising a team on projects. Pass/Fail
-Electrical and Mechanical Trades People: A minimum 3 years’ experience of conducting electrical and mechanical works in line with the NHS GGC specification for this procurement.
With reference to SPD Question 4C.9 Bidders must provide current calibration certificates for all test equipment. Pass/Fail
With reference to SPD Question 4C.10 Provide details of the proportion of the contract that you intend to subcontract and information of
the name of the subcontractor. A completed SPD will be required for each subcontractor if awarded to the Contract. Pass/Fail
With reference to SPD Question 4D.1
a. UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).
b. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that
the bidder’s quality management is effective in reducing/preventing incidents of sub-standard delivery. This must include the quality of
output and general performance.
c. Bidders 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
With reference to SPD Question 4D.2 Bidder be able to produce UKAS (or equivalent) accredited independent third party certificate of
compliance in accordance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate.
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
Date
31 July 2023
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
31 July 2023
Local time
2:00pm
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
Further to the estimated contract value noted in II.1.5 section of this contract notice there will be no guarantee as to the volume of business
that the contractor may receive by virtue of being appointed.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at
http://www.publiccontractsscotland.gov.uk
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available athttp://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.
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:
It is a mandatory requirement that the potential contract participant agree to support the concept, provision and ongoing development of
community benefits provision in relation to this contract.
Potential contract participant is required to agree to this mandatory requirement. They are also requested to provide a brief summary of the
community benefits that have recently been delivered within Scotland, if at all, and also what impact and outcomes these have achieved.
Potential framework participants are required to summarise any proposed community benefits that will be developed and delivered as part
of this contract if successful or, alternatively, potential framework participants confirm that they will engage with the NHS Scotland’s
Community Benefits Gateway (CBG). This gateway, developed through requests from suppliers seeking opportunities to support the
delivery of community benefits within the contracting region, provides information on community benefit opportunities. The CBG is a free
and easy to use online service that connects NHS Scotland suppliers with third sector community organisations within Scotland and will be
used for tracking and reporting and is an approved compliant route to the realisation of community benefits.
(SC737199)
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at
http://www.publiccontractsscotland.gov.uk
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at
http://www.publiccontractsscotland.gov.uk
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.
(SC Ref:737199)
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=737199.
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.
(SC Ref:737199)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA UK
Country
United Kingdom