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
Marie Slaven
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.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
Pest Control Services
Reference number
GGC0756
two.1.2) Main CPV code
- 90922000 - Pest-control services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Greater Glasgow & Clyde (NHSGGC) require a high quality, reliable, efficient and cost effective Pest Control Service throughout the Board, at the core of which will be a commitment to sustaining and protecting the environment.
This contract requires a sole supplier to provide pro-active, re-active and ad-hoc services, as well as the supply of fly-killer units and maintenance.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90922000 - Pest-control services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Across all sites in NHS Greater Glasgow and Clyde
two.2.4) Description of the procurement
NHS Greater Glasgow & Clyde (NHSGGC) require a high quality, reliable, efficient and cost effective Pest Control Service throughout the Board, at the core of which will be a commitment to sustaining and protecting the environment.
This contract requires a sole supplier to provide pro-active, re-active and ad-hoc services, as well as the supply of fly-killer units and maintenance.
The Pro-active Service is required to be carried out at Acute sites. Differing levels of service are required dependent upon the premises involved, with some areas requiring night visits.
The Re-active Service is provided to non-Acute sites. This service covers sites with call-outs throughout the year and includes a 24hour emergency service. The service is for Mice, Rats and Insects only.
The Ad-hoc Service – is for both emergency and pre-planned ah-hoc work. This service will be as and when required across all sites. Examples of Ad-hoc service is eradication of pests, trapping or removal of pests and cleaning services.
Electronic Fly Killer Unit and Maintenance – Maintenance will include cleaning and replacing of tubes. Frequency of Maintenance required is 4 times per annum.
two.2.5) Award criteria
Quality criterion - Name: Technical Criterion / Weighting: 40
Cost criterion - Name: Commercial Criterion / Weighting: 60
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
2 x 12 month contract extension options
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
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 4B.1.1, tenderers are required to have a minimum 'general' yearly turnover of at least 1 x the estimated contract value in line with regulation 59(9) of the Public Contract (Scotland) Regulations 2015 Tenderers should be able to provide financial accounts when requested by NHSGGC.
With reference to SPD question 4B.4, tenderers 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
Tenderers should be able to provide financial accounts when requested by NHSGGC
Minimum level(s) of standards possibly required
With reference to SPD question 4B.5.1b Tenderers must hold and evidence Employer's (Compulsory) Liability Insurance = GBP5m. If tenderers do not currently have this level of insurance, they must agree to put it in place prior to contract commencement.
With reference to SPD question 4B.5.2 Tenderers must hold and evidence Public Liability Insurance = GBP5m. If tenderers do not currently have this level of insurance, they must agree to put it in place prior to contract commencement.
Any Tenderers 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
With reference to SPD question 4C.1.2 Tenderers are required to provide 3 examples, from the last 3 years that demonstrate they have the relevant experience to deliver the service. Use the template provided only to respond.
Minimum level(s) of standards possibly required
With reference to SPD question 4C.2 Tenderers must confirm they are BPCA (current version) accredited (or equivalent). Accreditations must be independently assessed and signed by an Authorised Inspector. Evidence must be submitted.
With reference to SPD question 4D.1 Tenderers must evidence or commit to obtain ISO9001 or other documented quality management system endorsed by the tenderers chief executive or equivalent.
With reference to SPD question 4D.1 Tenderers must 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 Tenderers must evidence or commit to obtain ISO14001 or other documented quality management system endorsed by the tenderers chief executive or equivalent.
three.1.5) Information about reserved contract
The execution of the contract is restricted to the framework of sheltered employment programmes
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
30 November 2022
Local time
1:00pm
Changed to:
Date
2 December 2022
Local time
2:00pm
See the change notice.
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: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
1 December 2022
Local time
9:00am
Place
Glasgow Royal Infirmary
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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=711569.
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:
A non-scoring community benefits question has been asked. Document uploaded separately.
(SC Ref:711569)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom