Tender

Cleanroom Maintenance

  • NHS Greater Glasgow and Clyde

F02: Contract notice

Notice identifier: 2022/S 000-029552

Procurement identifier (OCID): ocds-h6vhtk-037749

Published 20 October 2022, 11:02am



The closing date and time has been changed to:

23 November 2022, 5:00pm

See the change notice.

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

Email

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

Internet address

https://www.scotcourts.gov.uk/