Tender

Microfibre Cleaning Systems

  • NHS Lanarkshire
  • NHS Greater Glasgow and Clyde

F02: Contract notice

Notice identifier: 2022/S 000-034871

Procurement identifier (OCID): ocds-h6vhtk-038c1b

Published 9 December 2022, 9:01am



Section one: Contracting authority

one.1) Name and addresses

NHS Lanarkshire

NHS Lanarkshire Headquarters, Kirklands, Fallside Road

Bothwell

G71 8BB

Contact

Yvonne Duncan

Email

tenders@lanarkshire.scot.nhs.uk

Telephone

+44 7976930578

Country

United Kingdom

NUTS code

UKM8 - West Central Scotland

Internet address(es)

Main address

http://www.nhslanarkshire.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00297

one.1) Name and addresses

NHS Greater Glasgow and Clyde

Procurement Department, Glasgow Royal Infirmary, 84 Castle Street

Glasgow

G4 0SF

Email

ggc.procurementenquiries@ggc.scot.nhs.uk

Telephone

+44 1412015369

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 involves joint procurement

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

Microfibre Cleaning Systems

Reference number

NHSL738

two.1.2) Main CPV code

  • 39831300 - Floor cleaners

two.1.3) Type of contract

Supplies

two.1.4) Short description

NHS Lanarkshire Health Board, a statutory body constituted pursuant to the National Health Service (Scotland) Act 1978 (“the Board”), wishes to put in place a framework agreement for the supply of Microfibre Cleaning Systems (“the Goods”). A Specification detailing the mandatory requirements is provided in Appendix 1- Specification.

The scope of equipment to be provided via the framework will include bur is not limited to trollies, mop, launderable mop heads, wet floor signs, and associated ancillaries. The microfibre systems will be used across both large acute settings and small community sites.

The following additional authorities are also parties to this framework and eligible to create call-offs from it:

NHS Greater Glasgow & Clyde

While the above authority is party to this framework, no commitment is given to any level of uptake by this authority.

two.1.5) Estimated total value

Value excluding VAT: £825,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 39713410 - Floor-cleaning machines
  • 39830000 - Cleaning products

two.2.3) Place of performance

NUTS codes
  • UKM8 - West Central Scotland

two.2.4) Description of the procurement

NHS Lanarkshire Health Board, a statutory body constituted pursuant to the National Health Service (Scotland) Act 1978 (“the Board”), wishes to put in place a framework agreement for the supply of Microfibre Cleaning Systems (“the Goods”). A Specification detailing the mandatory requirements is provided in Appendix 1- Specification.

The scope of equipment to be provided via the framework will include bur is not limited to trollies, mop, launderable mop heads, wet floor signs, and associated ancillaries. The microfibre systems will be used across both large acute settings and small community sites.

The framework will be awarded to a sole supplier with call-off orders raised the successful supplier as and when products are required.

The following additional authorities are also parties to this framework and eligible to create call-offs from it:

NHS Greater Glasgow & Clyde

While the above authority is party to this framework, no commitment is given to any level of uptake by this authority.

two.2.5) Award criteria

Quality criterion - Name: Quality Technical Written Response / Weighting: 30

Quality criterion - Name: In-use evaluation / Weighting: 10

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £825,000

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

An optional 12 month extension is available at the discretion of the Board

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Board may choose to purchase additional goods related to the Microfibre Cleaning System throughout the lifetime of the framework agreement.

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

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

please refer to ITT


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

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

16 January 2023

Local time

12:00pm

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: 90 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

16 January 2023

Local time

12:00pm


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

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=716332.

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.

(SC Ref:716332)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=716332

six.4) Procedures for review

six.4.1) Review body

Hamilton Sheriff Court

Hamilton

Country

United Kingdom