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
Kelly Rodgers
Telephone
+44 1412114646
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
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
Commercial Laundry Equipment
Reference number
GGC0714
two.1.2) Main CPV code
- 42716000 - Laundry washing, dry-cleaning and drying machines
two.1.3) Type of contract
Supplies
two.1.4) Short description
-10 Stage Continuous Batch Washer (CBW 10)
-Water Extraction Press (51 BAR)
-Laundry Monorail Hoist
-Gas Heated Batch Transfer Dryers
-Shuttle Conveyor
-Cart Washer
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 42716000 - Laundry washing, dry-cleaning and drying machines
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The Board wishes to procure the supply, installation and commission of the following:
-1X 10 Stage Continuous Batch Washer (CBW 10)
-1X Water Extraction Press (51 Bar)
-1X Laundry Monorail Hoist
-6X Gas Heated Batch Transfer Dryers, 4 of which are to be fitted with vacuum transport system to the unloading doors. This installation will involve reconfiguring the layout of the clean side of the factory to maximise efficiency
-1X Shuttle Conveyor
-1X Cart Washer
We are looking for one supplier to deliver the contract in its entirety
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Cost criterion - Name: Commercial / Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
1
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
One-Off Purchase
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 4B.6 – NHSGG&C will use its financial evaluation matrix which can be uploaded from the attachments area on PCS-Tender to assess the financial stability of tenderers. Tenderers should complete the evaluation matrix spread sheet included in the tender documents and confirm they meet the minimum requirement score. Tenderers with a Score of 50 and above will be deemed to have evidenced satisfactory financial stability. This is a pass/fail question. Failure to achieve a score of 50 or failure to provide this information will result in your tender being rejected. Tenderers should be able to provide financial accounts when requested by NHSGG&C. If a minus or GBP0 turnover applies, please include your last 3 years financial accounts to allow your financial validity to be evidenced. Should this not be available or should this show financial instability of the organisation, this may result in a fail.
Minimum level(s) of standards possibly required
With reference to SPD question 4B.5.1b It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract Employer’s (Compulsory) Liability Insurance = GBP5m
With reference to SPD question 4B.5.2 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract Public Liability Insurance = GBP10m
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 this service. Examples must be from within the last 3 years. You should use the attached template to provide 2 examples that demonstrate experience that is relevant to this procurement exercise. If you cannot provide any examples you should explain why at the bottom of the template. Your completed response should be no more than 2 pages of A4. The completed document should be uploaded to question 4C.1.2 of the qualification envelope on PCS-Tender. This is a pass/fail question. Failure to provide examples will result in your tender being rejected. Failure to provide examples that demonstrate relevant experience will result in your tender being rejected.
With reference to SPD question 4D.1, tenderers must evidence 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 of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation. This is a pass/fail question. Failure to evidence your policy will result in your tender being rejected. Failure to evidence a policy that meets the requirements will result in your tender being rejected.
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
Minimum level(s) of standards possibly required
With reference to SPD question 4D.1, tenderers must hold and evidence an accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent). This is a pass/fail question. Failure to provide evidence may result in your tender being rejected.
With reference to SPD question 4D.2, tenderers must hold and evidence an accredited independent third party certificate of compliance in accordance with BS EN ISO 14001 (or equivalent). This is a pass/fail question. Failure to provide evidence may result in your tender being rejected.
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
4 October 2021
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
4 October 2021
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 invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19564. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:665610)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom