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
Emma Watt
Telephone
+44 1412015354
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.1) Name and addresses
NHS Forth Valley
Trust Headquarters, Carseview Castle Business Park
Stirling
FK9 4SW
Telephone
+44 1786463031
Country
United Kingdom
NUTS code
UKM76 - Falkirk
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00067
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://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
Personal Dosimetry Service
Reference number
GGC0902
two.1.2) Main CPV code
- 38341200 - Radiation dosimeters
two.1.3) Type of contract
Supplies
two.1.4) Short description
NHS GG&C are seeking a contractor to provide a comprehensive personal dosimetry service for approximately 2000 personal working in a healthcare environment which includes HSE recognised dosimeters for whole body, eye, extremity dose assessments, maintenance of records and environmental & Radon monitoring. The service will cover 2 Health Boards; Greater Glasgow and Clyde and Forth Valley.
two.1.5) Estimated total value
Value excluding VAT: £257,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 38341600 - Radiation monitors
- 38527200 - Dosimeters
two.2.3) Place of performance
NUTS codes
- UKM8 - West Central Scotland
two.2.4) Description of the procurement
NHS GG&C are seeking a contractor to provide a comprehensive personal dosimetry service for approximately 2000 personal working in a healthcare environment which includes HSE recognised dosimeters for whole body, eye, extremity dose assessments, maintenance of records and environmental & Radon monitoring. The service will cover 2 NHS Health Boards; Greater Glasgow and Clyde and Forth Valley.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Cost criterion - Name: Cost / 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 extensions
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Tenderers must complete the Single Procurement Document (SPD) via Public Contract Scotland portal link. Tenderers must read the SPD in conjunction with all the sections set out below.
With reference to SPD question 4A2A Tenderers are required to confirm they are (or can commit to obtain prior to the commencement of any subsequently awarded contract) accredited by Health and Safety Executive as an Approved Dosimetry Service for both dosemeters and maintenance of records. This is a PASS/FAIL question.
With reference to SPD question 4A2A Tenderers are required to confirm they (or can commit to obtain prior to the commencement of any subsequently awarded contract) work to Ionising Radiation Regulations 2017 (IRR17). This is a PASS/FAIL question.
three.1.2) Economic and financial standing
List and brief description of selection criteria
With reference to SPD question 4B1a, Tenderers are required to state turnover for the last three (3) financial years.
Mandatory criteria: Turnover for each year stated must be at least 2 times the estimated contract value stated in the Contract Notice.
Evidence: copies of audited accounts or equivalent for the number of years stated.
With reference to SPD question 4B6, 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
Net Profit Margin of the Company (net profits divided by revenue x100) -- Acceptable Range is >0 (i.e. positive)
Tenderers should be able to provide financial accounts when requested by NHSGGC
Minimum level(s) of standards possibly required
With reference to SPD question 4B5b 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 4B5c 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 4C1.2 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.
Your completed response should be no more than 2 pages of A4. The completed document should be uploaded and titled 4C1.2. This is a pass/fail question. If examples are not provided, this will result in a fail. If the examples provided do not demonstrate the required level of experience, this will result in a fail.
With reference to SPD question 4C7 NHS Greater Glasgow and Clyde is committed to being a Net Zero organisation by 2040 and our supply chain plays a crucial role in this. We want to see that our suppliers are committed to government targets/guidance of Net Zero and we would like the supplier to demonstrate how their products will assist us on that journey, in terms of sharing their Net Zero or Sustainability strategies. The supplier should be seen to be embedding Circular Economy Strategies across all business processes and functions;-
The supplier should provide details of their Net Zero Strategy/ Sustainability Strategy in order to reduce their carbon emissions.
The supplier should eliminate all non-essential packaging, and where packaging is essential, the supplier should remove this from site for their own recycling.
The supplier should use bulk deliveries to reduce carbon emissions.
The supplier should reduce single use plastic. Where single use plastic is essential, it should be 100% recyclable.
The supplier should provide evidence of Environmental standards and Green House Gas emission (GHG) readings.
The supplier should advise if materials used within their products are supporting a circular economy.
The supplier should ensure that vehicles are switched off when not on use on NHS sites.
With reference to SPD question 4C10 Tenderers are required to provide details of the proportion (i.e. percentage) of the contract that they intend to subcontract.
Minimum level(s) of standards possibly required
With reference to SPD question 4D1 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 4D1 Tenderers 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-standards
With reference to SPD question 4D2 Tenderers must evidence or commit to obtain ISO14001 or other documented quality management system endorsed by the bidder’s chief executive or equivalent.
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
Date
8 November 2024
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
8 November 2024
Local time
2:00pm
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=778889.
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 scoreable question has been included as part of this tender exercise as follows:
Please provide any proposed community benefits that will be developed and delivered as part of the contract if successful or, alternatively, potential framework participants confirm that they will engage with NHSS Community Benefit 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:778889)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=778889
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom