Tender

Provision of Cleanroom Clothing

  • NHS Greater Glasgow and Clyde

F02: Contract notice

Notice identifier: 2021/S 000-030669

Procurement identifier (OCID): ocds-h6vhtk-02ff44

Published 9 December 2021, 12:45pm



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

Email

ggc.tenders@ggc.scot.nhs.uk

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.nhsggc.org.uk/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.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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

Provision of Cleanroom Clothing

Reference number

GGC0719

two.1.2) Main CPV code

  • 98311000 - Laundry-collection services

two.1.3) Type of contract

Services

two.1.4) Short description

There are six cleanroom Facilities within NHSGGC (National Health Service Greater Glasgow & Clyde Board) which manufacture, prepare or test sterile pharmaceuticals (medicines) and diagnostic agents. Due to the nature of this provision the Board is required to meet specific EU Good Manufacturing Practice standards to minimise microbiological and particulate contamination.

There is a requirement for operators to be suitably attired in accordance with the above regulations. The Board therefore requires the provision of sterile and non-sterile Cleanroom Clothing compliant with, EU Grade B, C and D as appropriate.

two.1.5) Estimated total value

Value excluding VAT: £205,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 98311000 - Laundry-collection services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Multiple sites across NHS Greater Glasgow & Clyde

two.2.4) Description of the procurement

There are six cleanroom Facilities within NHSGGC (National Health Service Greater Glasgow & Clyde Board) which manufacture, prepare or test sterile pharmaceuticals (medicines) and diagnostic agents. Due to the nature of this provision the Board is required to meet specific EU Good Manufacturing Practice standards to minimise microbiological and particulate contamination.

There is a requirement for operators to be suitably attired in accordance with the above regulations. The Board therefore requires the provision of sterile and non-sterile Cleanroom Clothing compliant with, EU Grade B, C and D as appropriate.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Cost criterion - Name: Cost / 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

Option of 24 month extension

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 ESPD question 4B.6 - Please provide the following ratios for at least the three most recent financial years.

-Current Ratio (Liquidity Ratio) of the Company (total current assets divided by total current liabilities) — Acceptable Range is >0.99

-Net Profit Margin of the Company (net profits divided by revenue x100) -- Acceptable Range is >0 (i.e. positive)

These ratios will be used to assess the tenderer's financial strength and security; and to determine whether a parent company guarantee or another instrument may be required by the Authority.

Minimum level(s) of standards possibly required

With reference to ESPD question 4B.5.1a, b and 4B.5.2 it is a requirement of this contract that bidders hold, or can commit to obtain prior to

commencement of any subsequently awarded contract, the types and levels of insurance indicated below.

Employers, (Compulsory) Liability Insurance = GBP5m.

Public Liability Insurance = GBP5m.

Professional Indemnity Insurance = GBP5m.

three.1.3) Technical and professional ability

List and brief description of selection criteria

With reference to SPD question 4C.1.2, Bidders will be required to provide examples that demonstrate that they have the relevant

experience to deliver the services as described in part II.2.4 of the Contract Notice of the relevant section of the site notice. This

question will be scored on a pass/fail basis. Examples must be within the last three years.

You should use the attached template on PCST in supplier attachments to provide up to 2 examples that demonstrates experience that is

relevant to this procurement exercise.

Your examples should be from within the last 3 years for service contracts of a similar nature to this requirement.

If you can not provide any examples you should explain why at this section in the SPD.

Your completed response should be no more than 2 pages of A4.

Minimum level(s) of standards possibly required

Should a Sub-Contractor be proposed, they will require to complete a separate SPD and submit it with the ITT response.

Contractor must be able to meet the Minimum level(s) of standards required ie:

EU Good Manufacturing Practice

ISO9001:2015 Quality Management Systems

Minimum level(s) of standards required:

Failure to provide any of the details required will result in a non-compliant tender and may be rejected.

Please complete your response and attach to the relevant section of the SPD.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

Accelerated procedure

Justification:

The justification for the reduced award time is that the garments have a two year life cycle due to material integrity, which is required to assure the maintenance of contamination control within our cleanroom facilities. We are aware from previous exercise (pre-Brexit) that lead in times for delivery of garments was at least 2-3months.

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

7 January 2022

Local time

2:00pm

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

10 January 2022

Local time

8:00am


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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 42310. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:676277)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

1 Carlton Pl,

Glasgow

G5 9DA

Country

United Kingdom