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 1412015369
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
https://www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://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
Water Systems Compliance
Reference number
GGC0767
two.1.2) Main CPV code
- 71700000 - Monitoring and control services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Greater Glasgow and Clyde Health Board (NHSGGC) require suitably qualified and experienced Contractor (s) to undertake water systems compliance services thoughout various locations across the Board Inlcuding:
Thermostatic Mixing Valve / Tap Service & Maintenance
Shower Head / Hose Disinfection
Shower Head / Hose Replacement Service
Supply, Installation and Servicing of Point of Use Filters
Temperature Recording and Reporting
Cold Water Storage Tank Inspections
Water Quality Monitoring and Reporting
Management and Flushing of Little Used Outlets
Cold Water Storage Tank Cleaning & Disinfection
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/Search/Search_Switch.aspx?ID=722952.
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/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. 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=725442.
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:725442)
two.1.5) Estimated total value
Value excluding VAT: £5,100,000
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
Clyde Sector
Lot No
1
two.2.2) Additional CPV code(s)
- 71700000 - Monitoring and control services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Clyde Sector Wide Contractor
two.2.4) Description of the procurement
NHS Greater Glasgow and Clyde Health Board (NHSGGC) require suitably qualified and experienced Contractor to undertake water systems compliance services throughout various locations across the Clyde Sector Including:
Thermostatic Mixing Valve / Tap Service & Maintenance
Shower Head / Hose Disinfection
Shower Head / Hose Replacement Service
Supply, Installation and Servicing of Point of Use Filters
Temperature Recording and Reporting
Cold Water Storage Tank Inspections
Water Quality Monitoring and Reporting
Management and Flushing of Little Used Outlets
Cold Water Storage Tank Cleaning & Disinfection
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
2x12 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.2.14) 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. Please note that a tolerance (+/-) spend level of 50% on the value of the total contract.
two.2) Description
two.2.1) Title
North Sector
Lot No
2
two.2.2) Additional CPV code(s)
- 71700000 - Monitoring and control services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
NHS Greater Glasgow and Clyde Health Board (NHSGGC) require suitably qualified and experienced Contractor to undertake water systems compliance services throughout various locations across the North Sector Including:
Thermostatic Mixing Valve / Tap Service & Maintenance
Shower Head / Hose Disinfection
Shower Head / Hose Replacement Service
Supply, Installation and Servicing of Point of Use Filters
Temperature Recording and Reporting
Cold Water Storage Tank Inspections
Water Quality Monitoring and Reporting
Management and Flushing of Little Used Outlets
Cold Water Storage Tank Cleaning & Disinfection
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
2x12 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.2.14) 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. Please note that a tolerance (+/-) spend level of 50% on the value of the total contract.
two.2) Description
two.2.1) Title
South Sector
Lot No
3
two.2.2) Additional CPV code(s)
- 71700000 - Monitoring and control services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
South Sector Wide Contract.
two.2.4) Description of the procurement
NHS Greater Glasgow and Clyde Health Board (NHSGGC) require suitably qualified and experienced Contractor to undertake water systems compliance services throughout various locations across the South Sector Including:
Thermostatic Mixing Valve / Tap Service & Maintenance
Shower Head / Hose Disinfection
Shower Head / Hose Replacement Service
Supply, Installation and Servicing of Point of Use Filters
Temperature Recording and Reporting
Cold Water Storage Tank Inspections
Water Quality Monitoring and Reporting
Management and Flushing of Little Used Outlets
Cold Water Storage Tank Cleaning & Disinfection
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £900,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
2x12 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.2.14) 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. Please note that a tolerance (+/-) spend level of 50% on the value of the total contract.
two.2) Description
two.2.1) Title
Partnerships
Lot No
4
two.2.2) Additional CPV code(s)
- 71700000 - Monitoring and control services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Partnerships Wide Contract.
two.2.4) Description of the procurement
NHS Greater Glasgow and Clyde Health Board (NHSGGC) require suitably qualified and experienced Contractor (s) to undertake water systems compliance services throughout various locations across the Partnerships Including:
Thermostatic Mixing Valve / Tap Service & Maintenance
Shower Head / Hose Disinfection
Shower Head / Hose Replacement Service
Supply, Installation and Servicing of Point of Use Filters
Temperature Recording and Reporting
Cold Water Storage Tank Inspections
Water Quality Monitoring and Reporting
Management and Flushing of Little Used Outlets
Cold Water Storage Tank Cleaning & Disinfection
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £960,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
2x12 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.2.14) 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. Please note that a tolerance (+/-) spend level of 50% on the value of the total contract.
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
List and brief description of selection criteria:
With Reference to SPD Question 4B1.1, turnover for the last three (3) financial years to be stated. Mandatory criteria: Turnover for each year stated must be at least tthe contract value stated in the Contract Notice i.e. Lots 1,2,3 and 4 Combined Turnover for each year stated must the estimated contract value stated in the Contract Notice i.e. turnover must be at least 1,020,000 GBP in each year specified. Turnover must be at least 200,000 GBP for Lots 1 and 2 300,000 GBP Lot 3 and 320,000 GBP Lot 4 in each year specified. Evidence: copies of accounts or equivalent for the number of years stated. Pass/Fail
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
(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: Pass/Fail
With reference to ESPD question 4B.5 Insurances, please confirm the following:
4B.5.1a - Employers Liability Insurance, hold a policy providing as a minimum GBP 5 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 GB 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.
three.1.3) Technical and professional ability
List and brief description of selection criteria
SPD Q 4C.1.2 3 Examples from the last five 5 yrs of providing services outlined in the Spec doc. Examples provided must demonstrate working with ACOP L8, SHTM04-01 within NHS/Healthcare Environment. Pass/Fail
SPD Q 4C.3 Membership/Accreditation of the following:
LCA, All water sampling must be undertaken by a UKAS Laboratory.Pass/Fail
SPD Q 4C.6 Microbiological Water Sampling City & Guilds/BPEC accredited Legionella Water Hygiene or equivalent which meet requirements including ACOP L8 compliance to be approved by NHS GGC. Pass/Fail
SPD Q 4C.9
L8 & SHTM04-01 Legionella & Hospital Microbiology Awareness - City & Guilds/BPEC accredited Legionella Water Hygiene or equivalent which meet requirements including ACOP L8 compliance to be approved by NHS GGC. City and Guilds LCA 9000 - Legionella Awareness Hot & Cold Water Systems & Other Risk Systems or equivalent which meet requirements including ACOP L8 compliance to be approved by NHS GGC. HTM 04-01 Water Hygiene Training : Managing and Controlling Risks of Waterborne Pathogens in Healthcare Water Systems - City & Guilds/BPEC accredited Legionella Water Hygiene or equivalent which meet requirements including ACOP L8 compliance to be approved by NHS GGC. L8 Awareness, Legionella and Legionnaires Disease Legislation Requirements of L8/HSG 274 Parts 1 & 2 City & Guilds/BPEC accredited Legionella Water Hygiene or equivalent to be approved by NHS GGC. City & Guilds LCA 9001 - Legionella Awareness Hot & Cold Water Services & Evaporative Cooling Systems or equivalent meet requirements including ACOP L8 compliance to be approved by NHS GGC. Pseudomonas in Hospitals Awareness Training Course City & Guilds and BPEC accredited Legionella Water Hygiene or equivalent meet requirements including ACOP L8 compliance to be approved by NHS GGC. Spa Pool Legionella Awareness City & Guilds and BPEC accredited Legionella Water Hygiene or equivalent meet requirements including ACOP L8 compliance to be approved by NHS GGC. Water Supply Water Fittings Scotland Byelaw 2014 City & Guilds/BPEC accredited Legionella Water Hygiene or equivalent meet requirements including ACOP L8 compliance to be approved by NHS GGC. City & Guilds WH004 Risk Assessment for Legionella Control in Water Systems. TMV Servicing – In line with Manufacturers Guidelines and City & Guilds/BPEC accredited Legionella Water Hygiene or equivalent meet requirements including ACOP L8 compliance to be approved by NHS GGC. Pass/Fail
SPD Q 4C.7 a Consideration should be given but not limited to the following: Eliminate all non-essential packaging, and where packaging is essential remove this from site for your own recycling. Provide their ISO 14001 accreditation. Evaluate your supply chains manufacturing processes and supply chain and provide evidence of Environmental standards and Green House Gas emission GHG readings. Bulk deliveries to reduce carbon emissions. Materials used supporting circular economy. Your environmental policy to be submitted for review. b Hold a Special Waste Licence from SEPA Pass/Fail
SPD Q 4C.8.1 Provide average annual manpower against the following categories of staff: Contract Managers, Site Managers, Site Supervisors, Operators and Apprentices.
SPD Question 4C.9 Calibration certificates for all test equipment.
SPD Q 4C.10 Where applicable provide details of the proportion of the contract that you intend to subcontract out with the use of the accredited external laboratory Completed SPD will be required for each subcontractor if awarded to the Contract.
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
Originally published as:
Date
27 October 2023
Local time
4:00pm
Changed to:
Date
29 November 2023
Local time
4:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
27 October 2023
Local time
4:00pm
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
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=725442.
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.
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
NHS Greater Glasgow and Clyde have not had any experiences to date where the contractor has failed to pay sub the contractor in a timely manner under this requirement. However if this was ever to occur NHS Greater Glasgow and Clyde Procurement Lead and Appropriate Estates Stakeholders would look to resolve this matter with the contractor. Finally NHS Greater Glasgow and Clyde include clauses within our own Terms Conditions that cover requirements surrounding payment of sub contractors within 30 Days.
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
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.
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 Lotted Contract 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.(SC Ref:725442)
(SC Ref:725442)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court 1
Carlton Place
GLASGOW
G5 9DA
Country
United Kingdom