Tender

Framework Agreement for the Supply of Aseptic Cleanroom Clothing & Mopping Equipment

  • NHS Lanarkshire
  • NHS Greater Glasgow and Clyde
  • Dumfries and Galloway Health Board

F02: Contract notice

Notice identifier: 2023/S 000-026559

Procurement identifier (OCID): ocds-h6vhtk-03fb11

Published 8 September 2023, 8:42am



Section one: Contracting authority

one.1) Name and addresses

NHS Lanarkshire

NHS Lanarkshire Headquarters, Kirklands, Fallside Road

Bothwell

G71 8BB

Email

tenders@lanarkshire.scot.nhs.uk

Telephone

+44 7976930578

Country

United Kingdom

NUTS code

UKM8 - West Central Scotland

Internet address(es)

Main address

http://www.nhslanarkshire.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00297

one.1) Name and addresses

NHS Greater Glasgow and Clyde

Procurement Department, Glasgow Royal Infirmary, 84 Castle Street

Glasgow

G4 0SF

Email

ggc.supplierenquiries@ggc.scot.nhs.uk

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.1) Name and addresses

Dumfries and Galloway Health Board

Mountainhall Treatment Centre, Bankend Road

Dumfries

DG1 4AP

Email

dg.feedback2@nhs.scot

Telephone

+44 1387246246

Country

United Kingdom

NUTS code

UKM92 - Dumfries & Galloway

Internet address(es)

Main address

www.nhsdg.co.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00065

one.2) Information about joint procurement

The contract involves joint procurement

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

Framework Agreement for the Supply of Aseptic Cleanroom Clothing & Mopping Equipment

Reference number

NHSL451-23

two.1.2) Main CPV code

  • 39291000 - Laundry supplies

two.1.3) Type of contract

Supplies

two.1.4) Short description

NHS Lanarkshire Health Board, a statutory body constituted pursuant to the National Health Service (Scotland) Act 1978 (“the Board”), wishes to construct a framework for the supply of Aseptic Cleanroom Clothing and Mopping Equipment (“the Services”). This framework will be established in conjunction with NHS Greater Glasgow & Clyde Health Board and NHS Dumfries and Galloway Health Board (herein known as the ‘Participating Authorities’). A Specification detailing the mandatory requirements of the Board is provided in Appendix 1- Specification.

The framework will be divided into two (2) lots as follows:

Lot 1- Cleanroom Clothing compromising of the supply, onward suitable laundering and return to site as part of a comprehensive rental agreement.

Lot 2- Cleanroom Mopping Equipment for use in the cleaning of aseptic cleanrooms compromising of the supply, onward suitable processing and return to site as part of a comprehensive rental agreement.

Each lot will be awarded to a sole supplier.

Bidders may submit bids for one or both Lots but where tendering for both must demonstrate capacity to delivery both concurrently.

Bidders must have the capacity to provide the required service to all Participating Authorities.

two.1.5) Estimated total value

Value excluding VAT: £900,000

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

Supply of Cleanroom Mopping Equipment

Lot No

2

two.2.2) Additional CPV code(s)

  • 39291000 - Laundry supplies

two.2.3) Place of performance

NUTS codes
  • UKM8 - West Central Scotland
Main site or place of performance

The territorial areas of NHS Lanarkshire, NHS Greater Glasgow & Clyde and NHS Dumfries and Galloway.

two.2.4) Description of the procurement

NHS Lanarkshire Health Board, a statutory body constituted pursuant to the National Health Service (Scotland) Act 1978 (“the Board”), wishes to construct a framework for the supply of Aseptic Cleanroom Clothing and Mopping Equipment (“the Services”). This framework will be established in conjunction with NHS Greater Glasgow & Clyde Health Board and NHS Dumfries and Galloway Health Board (herein known as the ‘Participating Authorities’). A Specification detailing the mandatory requirements of the Board is provided in Appendix 1- Specification.

The framework will be divided into two (2) lots as follows:

Lot 1- Cleanroom Clothing compromising of the supply, onward suitable laundering and return to site as part of a comprehensive rental agreement.

Lot 2- Cleanroom Mopping Equipment for use in the cleaning of aseptic cleanrooms compromising of the supply, onward suitable processing and return to site as part of a comprehensive rental agreement.

Each lot will be awarded to a sole supplier.

Bidders may submit bids for one or both Lots but where tendering for both must demonstrate capacity to delivery both concurrently.

Bidders must have the capacity to provide the required service to all Participating Authorities.

two.2.5) Award criteria

Quality criterion - Name: Quality/technical written response / Weighting: 40

Quality criterion - Name: Sample evaluation / Weighting: 10

Price - Weighting: 50

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

1.6 The framework duration will be for two (2) years with an opportunity to review and extend the framework for a further one (1) year with an optional one (1) year thereafter. (2+1+1).

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The Participating Authorities may make additional purchases related to the goods/services supplied under the Framework.

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

Variant bids are permitted in relation to the initial framework term, if variant bids are submitted which demonstrate better value for money can be achieved by awarding the framework on the basis of a varied initial term, the Board may consider this. The total framework term will not exceed four (4) years (inclusive of any optional extensions)

two.2) Description

two.2.1) Title

Supply of Cleanroom Clothing

Lot No

1

two.2.2) Additional CPV code(s)

  • 39291000 - Laundry supplies

two.2.3) Place of performance

NUTS codes
  • UKM8 - West Central Scotland

two.2.4) Description of the procurement

Territorial areas of NHS Lanarkshire, NHS Greater Glasgow & Clyde and NHS Dumfries & Galloway.

two.2.5) Award criteria

Quality criterion - Name: Quality/Technical written response / Weighting: 40

Quality criterion - Name: Sample evaluation / Weighting: 10

Price - Weighting: 50

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

The framework duration will be for two (2) years with an opportunity to review and extend the framework for a further one (1) year with an optional one (1) year thereafter.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The Participating Authorities may make additional purchases related to the goods/services supplied under the Framework.

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

Variant bids are permitted in relation to the initial framework term, if variant bids are submitted which demonstrate better value for money can be achieved by awarding the framework on the basis of a varied initial term, the Board may consider this. The total framework term will not exceed four (4) years (inclusive of any optional extensions).


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

Refer to tender documents

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.2.2) Contract performance conditions

Refer to tender documents

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 2

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

9 October 2023

Local time

9:00am

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

9 October 2023

Local time

9:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Further notices may be published prior to or on expiration of the Framework Agreement.

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

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=744144.

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:744144)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=744144

six.4) Procedures for review

six.4.1) Review body

Hamilton Sheriff Court

Hamilton

Country

United Kingdom