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
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
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