Construction Tenders

Fri May 17 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 4

Status Active

Published 8th Sep 2023

Tender Details
Referenceocds-h6vhtk-03fb23
Common Procurement VocabularyMonitoring and control services
Procurement MethodOpen procedure
Value£5,100,000
More Tenders »

No location provided

Category Services

Type

No. of Lots 4

Status Active

Published 8th Sep 2023

Tender Details
Referenceocds-h6vhtk-03fb23
Common Procurement VocabularyMonitoring and control services
Procurement MethodOpen procedure
Value£5,100,000

Section I: Contracting authority

I.1) Name and addresses

NHS Greater Glasgow and Clyde

Procurement Department, Glasgow Royal Infirmary, 84 Castle Street

Glasgow

G4 0SF

Contact

Oliver Bailey

Email

Oliver.Bailey [at] 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

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.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

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.publiccontractsscotland.gov.uk

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Water Systems Compliance

Reference number

GGC0767

II.1.2) Main CPV code

  • 71700000 - Monitoring and control services

II.1.3) Type of contract

Services

II.1.4) Short description

NHS Greater Glasgow and Clyde Health Board (NHSGGC) require suitably qualified and experienced Contractor (s) to undertake water systems compliance services thoughout various locations across the Board Inlcuding:

Thermostatic Mixing Valve / Tap Service & Maintenance

Shower Head / Hose Disinfection

Shower Head / Hose Replacement Service

Supply, Installation and Servicing of Point of Use Filters

Temperature Recording and Reporting

Cold Water Storage Tank Inspections

Water Quality Monitoring and Reporting

Management and Flushing of Little Used Outlets

Cold Water Storage Tank Cleaning & Disinfection

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=722952.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://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. 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=725442.

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:725442)

II.1.5) Estimated total value

Value excluding VAT: £5,100,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Clyde Sector

Lot No

1

II.2.2) Additional CPV code(s)

  • 71700000 - Monitoring and control services

II.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Clyde Sector Wide Contractor

II.2.4) Description of the procurement

NHS Greater Glasgow and Clyde Health Board (NHSGGC) require suitably qualified and experienced Contractor to undertake water systems compliance services throughout various locations across the Clyde Sector Including:

Thermostatic Mixing Valve / Tap Service & Maintenance

Shower Head / Hose Disinfection

Shower Head / Hose Replacement Service

Supply, Installation and Servicing of Point of Use Filters

Temperature Recording and Reporting

Cold Water Storage Tank Inspections

Water Quality Monitoring and Reporting

Management and Flushing of Little Used Outlets

Cold Water Storage Tank Cleaning & Disinfection

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £600,000

II.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

2x12 Month Extensions

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Further to the estimated contract value noted in II.1.5 section of this contract notice there will be no guarantee as to the volume of business that the contractor may receive by virtue of being appointed. Please note that a tolerance (+/-) spend level of 50% on the value of the total contract.

II.2) Description

II.2.1) Title

North Sector

Lot No

2

II.2.2) Additional CPV code(s)

  • 71700000 - Monitoring and control services

II.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

II.2.4) Description of the procurement

NHS Greater Glasgow and Clyde Health Board (NHSGGC) require suitably qualified and experienced Contractor to undertake water systems compliance services throughout various locations across the North Sector Including:

Thermostatic Mixing Valve / Tap Service & Maintenance

Shower Head / Hose Disinfection

Shower Head / Hose Replacement Service

Supply, Installation and Servicing of Point of Use Filters

Temperature Recording and Reporting

Cold Water Storage Tank Inspections

Water Quality Monitoring and Reporting

Management and Flushing of Little Used Outlets

Cold Water Storage Tank Cleaning & Disinfection

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £600,000

II.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

2x12 Month Extensions

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Further to the estimated contract value noted in II.1.5 section of this contract notice there will be no guarantee as to the volume of business that the contractor may receive by virtue of being appointed. Please note that a tolerance (+/-) spend level of 50% on the value of the total contract.

II.2) Description

II.2.1) Title

South Sector

Lot No

3

II.2.2) Additional CPV code(s)

  • 71700000 - Monitoring and control services

II.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

South Sector Wide Contract.

II.2.4) Description of the procurement

NHS Greater Glasgow and Clyde Health Board (NHSGGC) require suitably qualified and experienced Contractor to undertake water systems compliance services throughout various locations across the South Sector Including:

Thermostatic Mixing Valve / Tap Service & Maintenance

Shower Head / Hose Disinfection

Shower Head / Hose Replacement Service

Supply, Installation and Servicing of Point of Use Filters

Temperature Recording and Reporting

Cold Water Storage Tank Inspections

Water Quality Monitoring and Reporting

Management and Flushing of Little Used Outlets

Cold Water Storage Tank Cleaning & Disinfection

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £900,000

II.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

2x12 Month Extensions

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Further to the estimated contract value noted in II.1.5 section of this contract notice there will be no guarantee as to the volume of business that the contractor may receive by virtue of being appointed. Please note that a tolerance (+/-) spend level of 50% on the value of the total contract.

II.2) Description

II.2.1) Title

Partnerships

Lot No

4

II.2.2) Additional CPV code(s)

  • 71700000 - Monitoring and control services

II.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Partnerships Wide Contract.

II.2.4) Description of the procurement

NHS Greater Glasgow and Clyde Health Board (NHSGGC) require suitably qualified and experienced Contractor (s) to undertake water systems compliance services throughout various locations across the Partnerships Including:

Thermostatic Mixing Valve / Tap Service & Maintenance

Shower Head / Hose Disinfection

Shower Head / Hose Replacement Service

Supply, Installation and Servicing of Point of Use Filters

Temperature Recording and Reporting

Cold Water Storage Tank Inspections

Water Quality Monitoring and Reporting

Management and Flushing of Little Used Outlets

Cold Water Storage Tank Cleaning & Disinfection

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £960,000

II.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

2x12 Month Extensions

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Further to the estimated contract value noted in II.1.5 section of this contract notice there will be no guarantee as to the volume of business that the contractor may receive by virtue of being appointed. Please note that a tolerance (+/-) spend level of 50% on the value of the total contract.


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria

List and brief description of selection criteria:

With Reference to SPD Question 4B1.1, turnover for the last three (3) financial years to be stated. Mandatory criteria: Turnover for each year stated must be at least tthe contract value stated in the Contract Notice i.e. Lots 1,2,3 and 4 Combined Turnover for each year stated must the estimated contract value stated in the Contract Notice i.e. turnover must be at least 1,020,000 GBP in each year specified. Turnover must be at least 200,000 GBP for Lots 1 and 2 300,000 GBP Lot 3 and 320,000 GBP Lot 4 in each year specified. Evidence: copies of accounts or equivalent for the number of years stated. Pass/Fail

With reference to SPD question 4B.4, tenderer 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

With reference to SPD question 4B.4, tenderer are required to state the value for the following financial ratio:

Net Profit Margin

(Net profits divided by revenue x 100)

The acceptable range for this financial ratio is:

>0 (i.e positive) Minimum level(s) of standards required: Pass/Fail

With reference to ESPD question 4B.5 Insurances, please confirm the following:

4B.5.1a - Employers Liability Insurance, hold a policy providing as a minimum GBP 5 million cover Pass/Fail

4B.5.1b - Public Liability Cover, hold a policy providing as a minimum GBP 5 million cover Pass/Fail

4B.5.2 - Professional Indemnity Insurance, hold a policy provided as a minimum GB 5 million cover Pass/Fail

Any supplier 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.

III.1.3) Technical and professional ability

List and brief description of selection criteria

SPD Q 4C.1.2 3 Examples from the last five 5 yrs of providing services outlined in the Spec doc. Examples provided must demonstrate working with ACOP L8, SHTM04-01 within NHS/Healthcare Environment. Pass/Fail

SPD Q 4C.3 Membership/Accreditation of the following:

LCA, All water sampling must be undertaken by a UKAS Laboratory.Pass/Fail

SPD Q 4C.6 Microbiological Water Sampling City & Guilds/BPEC accredited Legionella Water Hygiene or equivalent which meet requirements including ACOP L8 compliance to be approved by NHS GGC. Pass/Fail

SPD Q 4C.9

L8 & SHTM04-01 Legionella & Hospital Microbiology Awareness - City & Guilds/BPEC accredited Legionella Water Hygiene or equivalent which meet requirements including ACOP L8 compliance to be approved by NHS GGC. City and Guilds LCA 9000 - Legionella Awareness Hot & Cold Water Systems & Other Risk Systems or equivalent which meet requirements including ACOP L8 compliance to be approved by NHS GGC. HTM 04-01 Water Hygiene Training : Managing and Controlling Risks of Waterborne Pathogens in Healthcare Water Systems - City & Guilds/BPEC accredited Legionella Water Hygiene or equivalent which meet requirements including ACOP L8 compliance to be approved by NHS GGC. L8 Awareness, Legionella and Legionnaires Disease Legislation Requirements of L8/HSG 274 Parts 1 & 2 City & Guilds/BPEC accredited Legionella Water Hygiene or equivalent to be approved by NHS GGC. City & Guilds LCA 9001 - Legionella Awareness Hot & Cold Water Services & Evaporative Cooling Systems or equivalent meet requirements including ACOP L8 compliance to be approved by NHS GGC. Pseudomonas in Hospitals Awareness Training Course City & Guilds and BPEC accredited Legionella Water Hygiene or equivalent meet requirements including ACOP L8 compliance to be approved by NHS GGC. Spa Pool Legionella Awareness City & Guilds and BPEC accredited Legionella Water Hygiene or equivalent meet requirements including ACOP L8 compliance to be approved by NHS GGC. Water Supply Water Fittings Scotland Byelaw 2014 City & Guilds/BPEC accredited Legionella Water Hygiene or equivalent meet requirements including ACOP L8 compliance to be approved by NHS GGC. City & Guilds WH004 Risk Assessment for Legionella Control in Water Systems. TMV Servicing – In line with Manufacturers Guidelines and City & Guilds/BPEC accredited Legionella Water Hygiene or equivalent meet requirements including ACOP L8 compliance to be approved by NHS GGC. Pass/Fail

SPD Q 4C.7 a Consideration should be given but not limited to the following: Eliminate all non-essential packaging, and where packaging is essential remove this from site for your own recycling. Provide their ISO 14001 accreditation. Evaluate your supply chains manufacturing processes and supply chain and provide evidence of Environmental standards and Green House Gas emission GHG readings. Bulk deliveries to reduce carbon emissions. Materials used supporting circular economy. Your environmental policy to be submitted for review. b Hold a Special Waste Licence from SEPA Pass/Fail

SPD Q 4C.8.1 Provide average annual manpower against the following categories of staff: Contract Managers, Site Managers, Site Supervisors, Operators and Apprentices.

SPD Question 4C.9 Calibration certificates for all test equipment.

SPD Q 4C.10 Where applicable provide details of the proportion of the contract that you intend to subcontract out with the use of the accredited external laboratory Completed SPD will be required for each subcontractor if awarded to the Contract.

III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

27 October 2023

Local time

4:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.7) Conditions for opening of tenders

Date

27 October 2023

Local time

4:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.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=725442.

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.

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

NHS Greater Glasgow and Clyde have not had any experiences to date where the contractor has failed to pay sub the contractor in a timely manner under this requirement. However if this was ever to occur NHS Greater Glasgow and Clyde Procurement Lead and Appropriate Estates Stakeholders would look to resolve this matter with the contractor. Finally NHS Greater Glasgow and Clyde include clauses within our own Terms Conditions that cover requirements surrounding payment of sub contractors within 30 Days.

The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:

It is a mandatory requirement that the potential contract participant agree to support the concept, provision and ongoing development of community benefits provision in relation to this contract.

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: It is a mandatory requirement that the potential contract participant agree to support the concept, provision and ongoing development of community benefits provision in relation to this contract.

Potential contract participant is required to agree to this mandatory requirement. They are also requested to provide a brief summary of the community benefits that have recently been delivered within Scotland, if at all, and also what impact and outcomes these have achieved.

Potential Lotted Contract participants are required to summarise any proposed community benefits that will be developed and delivered as part of this contract if successful or, alternatively, potential framework participants confirm that they will engage with the NHS Scotland’s Community Benefits 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:725442)

(SC Ref:725442)

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court 1

Carlton Place

GLASGOW

G5 9DA

Country

United Kingdom