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
Scott McAninch
scott.mcaninch@ggc.scot.nhs.uk
Telephone
+44 7977194918
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
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
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
Cleanroom Maintenance
Reference number
GGC0744
two.1.2) Main CPV code
- 73100000 - Research and experimental development services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Greater Glasgow and Clyde have a requirement for a suitably qualified and experienced Contractor(s) to undertake cleanroom testing services throughout various locations across the Board.
two.1.5) Estimated total value
Value excluding VAT: £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
West of Scotland Cancer Centre
Lot No
1
two.2.2) Additional CPV code(s)
- 73100000 - Research and experimental development services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
West of Scotland Cancer Centre
two.2.4) Description of the procurement
To undertake cleanroom testing services throughout various locations across the Board.
The Scope of the framework is:
Testing – filter integrity testing on ceiling HEPA filters, cabinets and isolators, air velocity measurements, air change rates, particles, pressure differentials
Maintenance
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £250,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2023
End date
31 December 2025
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
New Victoria Hospital
Lot No
2
two.2.2) Additional CPV code(s)
- 73100000 - Research and experimental development services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
New Victoria Hospital
two.2.4) Description of the procurement
To undertake cleanroom testing services throughout various locations across the Board.
The Scope of the framework is:
Testing – filter integrity testing on ceiling HEPA filters, cabinets and isolators, air velocity measurements, air change rates, particles, pressure differentials
Maintenance
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2023
End date
1 December 2025
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
RQAS Stobhill
Lot No
3
two.2.2) Additional CPV code(s)
- 73100000 - Research and experimental development services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
RQAS Stobhill
two.2.4) Description of the procurement
To undertake cleanroom testing services throughout various locations across the Board.
The Scope of the framework is:
Testing – filter integrity testing on ceiling HEPA filters, cabinets and isolators, air velocity measurements, air change rates, particles, pressure differentials
Maintenance
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £250,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2023
End date
31 December 2025
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Royal Hospital for Sick Children
Lot No
4
two.2.2) Additional CPV code(s)
- 73100000 - Research and experimental development services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Royal Hospital for Sick Children
two.2.4) Description of the procurement
To undertake cleanroom testing services throughout various locations across the Board.
The Scope of the framework is:
Testing – filter integrity testing on ceiling HEPA filters, cabinets and isolators, air velocity measurements, air change rates, particles, pressure differentials
Maintenance
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2023
End date
31 December 2025
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Radionuclide Dispensery
Lot No
5
two.2.2) Additional CPV code(s)
- 73100000 - Research and experimental development services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Radionuclide Dispensery
two.2.4) Description of the procurement
To undertake cleanroom testing services throughout various locations across the Board.
The Scope of the framework is:
Testing – filter integrity testing on ceiling HEPA filters, cabinets and isolators, air velocity measurements, air change rates, particles, pressure differentials
Maintenance
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2023
End date
31 December 2025
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
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 the last three (3) financial years to be stated. Mandatory criteria: Turnover for each year stated must be at least twice the estimated contract value stated in the Contract Notice i.e. turnover must be at least 50,000 GBP in each year specified. Evidence: copies of accounts or equivalent for the number of years stated.
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:
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 GB 5 million cover Pass/Fail
4B.5.2 - Professional Indemnity Insurance, hold a policy provided as a minimum GB 2 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
The following test standards (current versions) must be adhered to:
With reference to SPD Question 4C.3 BS EN ISO 14644 and BS EN ISO 12469.
With reference to SPD Question 4C.1.2 Provide three examples of providing similar services to those described in the Invitation to Tender for similarly critical organisations. Examples must be from within the last five years.
With reference to SPD Question 4C.7 The contractor must hold a Special Waste Licence from the Scottish Environment Protection Agency (SEPA).
With reference to SPD Question 4C.9 Bidders must provide current calibration certificates for all test equipment.
With reference to SPD Question 4D.1 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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
21 November 2022
Local time
4:00pm
Changed to:
Date
23 November 2022
Local time
5:00pm
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
21 November 2022
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
Further to the estimated contract value noted in II.1.5 section of this contract notice there may be a 66% increase to the estimated contract value to allow for any further spend that may occur.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at
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=709056.
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.
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 potential framework participants agree to support the concept, provision and ongoing development of community benefits provision in relation to this framework.
Potential framework participants are 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.
(SC Ref:709056)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
GLASGOW
G5 9DA
Country
United Kingdom