Section one: Contracting authority
one.1) Name and addresses
NHS Lanarkshire
NHS Lanarkshire Headquarters, Kirklands, Fallside Road
Bothwell
G71 8BB
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
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
Telephone
+44 1387246246
Country
United Kingdom
NUTS code
UKM92 - Dumfries & Galloway
Internet address(es)
Main address
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