Notice Information
Notice Title
Chlorine Dioxide Generator Maintenance
Notice Description
NHS Greater Glasgow and Clyde have a requirement for the routine maintenance of Chlorine Dioxide Dosing Plants serving Domestic Water Systems throughout GG&C.
Lot Information
Lot 1
NHS Greater Glasgow and Clyde have a requirement for the routine maintenance of Chlorine Dioxide Dosing Plants serving Domestic Water Systems throughout GG&C. Services will include: Monthly (interim) services Quarterly (full) services 24/7, 365 days breakdown repair Remote monitoring via telemetry The service contractor will be expected to provide expert advice to local Estates Managers on the maintenance and management of Chlorine Dioxide Dosing Plant to the hospitals, electronic reports on plant condition and actions required to ensure the reliability of the service. The service contractor will also be required to produce and maintain an asset list of all Chlorine Dioxide Dosing Plant within NHSGG&C detailing each individual installation, its location and serial number and the maintenance schedule for it. This should be available to view electronically with the ownership of the asset list reverting to NHSGG&C at the conclusion of the contract. Mandatory Training, Certification and Accreditation Requirements Suppliers are required to confirm that they can meet the following Mandatory Training Certification and Accreditation Requirements. Understanding of and adherence to SHTM 00 Best practice guidance for healthcare engineering. Policies and principles. Understanding of and adherence to SHTM 04-01 Water Safety in Healthcare Premises Part B: Operational Management Understanding of and adherence to SHTM 04-01 The control of Legionella, hygiene, 'safe' hot water, cold water and drinking water systems Part D: Disinfection of Public Water Systems. Asbestos Awareness certification. The Contractor must be CHAS registered (or other SSIP equivalent) The Contractor must ensure that all staff and operatives are fully certified by an appropriate regulatory body and must be suitably qualified and certified to carry out the work. All supervisors must be able to demonstrate sufficient 'in the field' industry-wide experience and be able to demonstrate competence of supervising works over a varied property portfolio. Mandatory Service Level Requirements Suppliers are required to confirm that they can meet the following Mandatory Emergency Response Time Requirements. The maximum response time from Contractor being notified of an emergency incident to being on site must be within 24 hours from the first call to attend. NHSGG&C require a 365 days-a-year, 24 hour response and as such the Contractor must provide details of a 24 hour contact number. Minimum Standards and Regulations All works should comply with the following regulations/guides and relevant references noted below: CHAS or SSIP membership, or equal or equivalent Asbestos Awareness Training, or equal or equivalent HAI Scribe CDM Regulations Health and Safety at Work Act 1974 SHTM 00: Best Practice for healthcare engineering Understanding of and adherence to SHTM 04-01 Water Safety in Healthcare Premises Part B: Operational Management Understanding of and adherence to SHTM 04-01 The control of Legionella, hygiene, 'safe' hot water, cold water and drinking water systems Part D: Disinfection of Public Water Systems. **BY REGISTERING AN INTEREST UNDER THIS NOTICE YOU WILL BE CONFIRMING YOU CAN SUPPLY THIS ENTIRE REQUIREMENT**
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02ce70
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/018178-2021
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
50 - Repair and maintenance services
-
- CPV Codes
45259000 - Repair and maintenance of plant
45259200 - Purification-plant repair and maintenance work
50530000 - Repair and maintenance services of machinery
50532300 - Repair and maintenance services of generators
50700000 - Repair and maintenance services of building installations
50710000 - Repair and maintenance services of electrical and mechanical building installations
50711000 - Repair and maintenance services of electrical building installations
50712000 - Repair and maintenance services of mechanical building installations
50800000 - Miscellaneous repair and maintenance services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 30 Jul 20214 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 5 Sep 2021Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Planned
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NHS GREATER GLASGOW AND CLYDE
- Contact Name
- Emma Watt
- Contact Email
- emma.watt@ggc.scot.nhs.uk
- Contact Phone
- +44 1414511623
Buyer Location
- Locality
- GLASGOW
- Postcode
- G4 0SF
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM8 West Central Scotland, TLM81 East Dunbartonshire, West Dunbartonshire, and Helensburgh and Lomond, TLM82 Glasgow City, TLM83 Inverclyde, East Renfrewshire, and Renfrewshire
-
- Local Authority
- Glasgow City
- Electoral Ward
- Dennistoun
- Westminster Constituency
- Glasgow North East
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02ce70-2021-07-30T08:55:03+01:00",
"date": "2021-07-30T08:55:03+01:00",
"ocid": "ocds-h6vhtk-02ce70",
"description": "NHSGG&C Terms and Conditions will apply. 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=662004. (SC Ref:662004)",
"initiationType": "tender",
"tender": {
"id": "GGC0704",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Chlorine Dioxide Generator Maintenance",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "45259200",
"description": "Purification-plant repair and maintenance work"
},
"mainProcurementCategory": "works",
"description": "NHS Greater Glasgow and Clyde have a requirement for the routine maintenance of Chlorine Dioxide Dosing Plants serving Domestic Water Systems throughout GG&C.",
"lots": [
{
"id": "1",
"description": "NHS Greater Glasgow and Clyde have a requirement for the routine maintenance of Chlorine Dioxide Dosing Plants serving Domestic Water Systems throughout GG&C. Services will include: Monthly (interim) services Quarterly (full) services 24/7, 365 days breakdown repair Remote monitoring via telemetry The service contractor will be expected to provide expert advice to local Estates Managers on the maintenance and management of Chlorine Dioxide Dosing Plant to the hospitals, electronic reports on plant condition and actions required to ensure the reliability of the service. The service contractor will also be required to produce and maintain an asset list of all Chlorine Dioxide Dosing Plant within NHSGG&C detailing each individual installation, its location and serial number and the maintenance schedule for it. This should be available to view electronically with the ownership of the asset list reverting to NHSGG&C at the conclusion of the contract. Mandatory Training, Certification and Accreditation Requirements Suppliers are required to confirm that they can meet the following Mandatory Training Certification and Accreditation Requirements. Understanding of and adherence to SHTM 00 Best practice guidance for healthcare engineering. Policies and principles. Understanding of and adherence to SHTM 04-01 Water Safety in Healthcare Premises Part B: Operational Management Understanding of and adherence to SHTM 04-01 The control of Legionella, hygiene, 'safe' hot water, cold water and drinking water systems Part D: Disinfection of Public Water Systems. Asbestos Awareness certification. The Contractor must be CHAS registered (or other SSIP equivalent) The Contractor must ensure that all staff and operatives are fully certified by an appropriate regulatory body and must be suitably qualified and certified to carry out the work. All supervisors must be able to demonstrate sufficient 'in the field' industry-wide experience and be able to demonstrate competence of supervising works over a varied property portfolio. Mandatory Service Level Requirements Suppliers are required to confirm that they can meet the following Mandatory Emergency Response Time Requirements. The maximum response time from Contractor being notified of an emergency incident to being on site must be within 24 hours from the first call to attend. NHSGG&C require a 365 days-a-year, 24 hour response and as such the Contractor must provide details of a 24 hour contact number. Minimum Standards and Regulations All works should comply with the following regulations/guides and relevant references noted below: CHAS or SSIP membership, or equal or equivalent Asbestos Awareness Training, or equal or equivalent HAI Scribe CDM Regulations Health and Safety at Work Act 1974 SHTM 00: Best Practice for healthcare engineering Understanding of and adherence to SHTM 04-01 Water Safety in Healthcare Premises Part B: Operational Management Understanding of and adherence to SHTM 04-01 The control of Legionella, hygiene, 'safe' hot water, cold water and drinking water systems Part D: Disinfection of Public Water Systems. **BY REGISTERING AN INTEREST UNDER THIS NOTICE YOU WILL BE CONFIRMING YOU CAN SUPPLY THIS ENTIRE REQUIREMENT**",
"status": "planned"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45259000",
"description": "Repair and maintenance of plant"
},
{
"scheme": "CPV",
"id": "50530000",
"description": "Repair and maintenance services of machinery"
},
{
"scheme": "CPV",
"id": "50532300",
"description": "Repair and maintenance services of generators"
},
{
"scheme": "CPV",
"id": "50710000",
"description": "Repair and maintenance services of electrical and mechanical building installations"
},
{
"scheme": "CPV",
"id": "50700000",
"description": "Repair and maintenance services of building installations"
},
{
"scheme": "CPV",
"id": "50711000",
"description": "Repair and maintenance services of electrical building installations"
},
{
"scheme": "CPV",
"id": "50712000",
"description": "Repair and maintenance services of mechanical building installations"
},
{
"scheme": "CPV",
"id": "50800000",
"description": "Miscellaneous repair and maintenance services"
}
],
"deliveryAddresses": [
{
"region": "UKM8"
},
{
"region": "UKM81"
},
{
"region": "UKM82"
},
{
"region": "UKM83"
}
],
"deliveryLocation": {
"description": "Queen Elizabeth University Hospital, Gartnavel General Hospital, Glasgow Royal Infirmary and Royal Alexandra Hospital."
},
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2021-09-06T00:00:00+01:00"
},
"coveredBy": [
"GPA"
]
},
"parties": [
{
"id": "GB-FTS-3524",
"name": "NHS Greater Glasgow and Clyde",
"identifier": {
"legalName": "NHS Greater Glasgow and Clyde"
},
"address": {
"streetAddress": "Procurement Department, Glasgow Royal Infirmary, 84 Castle Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G4 0SF",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Emma Watt",
"telephone": "+44 1414511623",
"email": "Emma.Watt@ggc.scot.nhs.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.nhsggc.org.uk/",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10722",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"description": "Estates & Facilities"
}
]
}
}
],
"buyer": {
"id": "GB-FTS-3524",
"name": "NHS Greater Glasgow and Clyde"
},
"language": "en"
}