Tender

Chlorine Dioxide (Domestic Water) Dosing Plant Maintenance

NHS GREATER GLASGOW AND CLYDE

This public procurement record has 1 release in its history.

Tender

04 May 2022 at 12:59

Summary of the contracting process

The procurement process, initiated by NHS Greater Glasgow and Clyde, seeks bids for the "Chlorine Dioxide (Domestic Water) Dosing Plant Maintenance" contract, categorised under repair and maintenance services for electrical and mechanical installations. This tender is currently active, with submissions due by 6 June 2022. The location for service delivery spans various sites within NHS Greater Glasgow & Clyde, UK. The procurement method follows an open procedure, and the contract period is set for 720 days, allowing for renewable terms of three additional years.

This tender presents significant opportunities for businesses specialising in maintenance and repair services, particularly those with expertise in healthcare engineering and water safety. Companies that provide training, apprenticeships, or can demonstrate community benefits will be favourably considered, aligning with the NHS's focus on social value. Potential contenders should have a solid financial standing, relevant accreditation, and experience in managing similar contracts within healthcare environments, making this an ideal opportunity for qualified service providers in the utilities and mechanical maintenance sectors.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Chlorine Dioxide (Domestic Water) Dosing Plant Maintenance

Notice Description

There is a requirement for an NHS Greater Glasgow & Clyde-wide agreement for the maintenance of Chlorine Dioxide Dosing Plants serving Domestic Water Systems to assist the Board with the control of waterborne pathogens.

Lot Information

Lot 1

The contract is for the routine maintenance to Chlorine Dioxide Dosing Plant located throughout NHS Greater Glasgow & Clyde (GG&C). Services included in the contract are: Weekly Services Monthly Services 6 Monthly Services Annual 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.

Renewal: 3 x 12 months

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-033384
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/011495-2022
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
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

50000000 - Repair and maintenance services

50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery

50510000 - Repair and maintenance services of pumps, valves, taps and metal containers

50530000 - Repair and maintenance services of machinery

50531300 - Repair and maintenance services of compressors

50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment

50532300 - Repair and maintenance services of generators

50710000 - Repair and maintenance services of electrical and 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
4 May 20223 years ago
Submission Deadline
6 Jun 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NHS GREATER GLASGOW AND CLYDE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-033384-2022-05-04T13:59:22+01:00",
    "date": "2022-05-04T13:59:22+01:00",
    "ocid": "ocds-h6vhtk-033384",
    "description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20203. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 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 demonstrate your organisation's approach to delivering community benefits or achieving social value through this contract; e.g. by providing training opportunities, apprenticeships or investment (monetary or otherwise) in the local community. (SC Ref:677240)",
    "initiationType": "tender",
    "tender": {
        "id": "GGC0704",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Chlorine Dioxide (Domestic Water) Dosing Plant Maintenance",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "50710000",
            "description": "Repair and maintenance services of electrical and mechanical building installations"
        },
        "mainProcurementCategory": "services",
        "description": "There is a requirement for an NHS Greater Glasgow & Clyde-wide agreement for the maintenance of Chlorine Dioxide Dosing Plants serving Domestic Water Systems to assist the Board with the control of waterborne pathogens.",
        "lots": [
            {
                "id": "1",
                "description": "The contract is for the routine maintenance to Chlorine Dioxide Dosing Plant located throughout NHS Greater Glasgow & Clyde (GG&C). Services included in the contract are: Weekly Services Monthly Services 6 Monthly Services Annual 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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "name": "Cost",
                            "type": "cost",
                            "description": "60"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "3 x 12 months"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45259000",
                        "description": "Repair and maintenance of plant"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50500000",
                        "description": "Repair and maintenance services for pumps, valves, taps and metal containers and machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50510000",
                        "description": "Repair and maintenance services of pumps, valves, taps and metal containers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50530000",
                        "description": "Repair and maintenance services of machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50531300",
                        "description": "Repair and maintenance services of compressors"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50532000",
                        "description": "Repair and maintenance services of electrical machinery, apparatus and associated equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50532300",
                        "description": "Repair and maintenance services of generators"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50800000",
                        "description": "Miscellaneous repair and maintenance services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM8"
                    },
                    {
                        "region": "UKM81"
                    },
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Please refer to SPD question number 4A2. Suitability is mandatory. Bids that do not pass the mandatory requirements may not be taken forward. It is mandatory contractors have accreditation/memberships (or equivalent) or can provide evidence that they are working towards the following: The Contractor must have an understanding of and adherence to SHTM 00 Best practice guidance for healthcare engineering. Policies and principles. Copy attached in PCS-Tender for information. The Contractor must have an understanding of and adherence to SHTM 04-01 Water Safety in Healthcare Premises Part B: Operational Management. Copy attached in PCS-Tender for information. The Contractor must have an 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. Copy attached in PCS-Tender for information. All staff must have an understanding of and fully comply with HAI-Scribe control measures when working in clinical environments. The Contractor must liaise with local Estates prior to work within clinical spaces and ensure that agreed control measures are adhered to for the duration of the works. All staff must have an understanding of and fully comply with CDM Regulations. The Contractor must ensure that this will be adhered to for the duration of the contract and provide evidence of this. All staff must have an understanding of and fully comply with Health and Safety at Work Act 1974. The Contractor must ensure that this will be adhered to for the duration of the contract and provide evidence of this. All staff must have Asbestos Awareness certification. The Contractor must be CHAS registered (or other SSIP equivalent). The Contractor must ensure that these minimum standards are regulations will be adhered to for the duration of the contract and provide evidence of this.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "With reference to SPD question 4B.1.1, tenderers are required to have a minimum 'general' yearly turnover of at least 1 x the estimated contract value in line with regulation 59(9) of the Public Contract (Scotland) Regulations 2015 Tenderers should be able to provide 2 years financial accounts when requested by NHSGGC With reference to SPD question 4B.4, 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 Tenderers should be able to provide 2 years financial accounts when requested by NHSGGC With reference to SPD question 4B.4, tenderers 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) Tenderers should be able to provide 2 years financial accounts when requested by NHSGGC Please note: Organisations with Charitable Status are not required to provide a response to this question",
                    "minimum": "With reference to SPD question 4B.5.1b, 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 4B.5.2, tenderers must hold and evidence Public Liability Insurance = GBP10m. If tenderers do not currently have this level of insurance, they must agree to put it in place prior to contract commencement.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "With reference to SPD question 4C.1.2 Tenderers are required to provide examples that demonstrate they have the relevant experience to deliver the service. Examples must be from within the last 3 years. You should use the attached template to provide 2 examples that demonstrates experience that is relevant to this procurement exercise. Your completed response should be no more than 2 pages of A4. The completed response should be uploaded to question 4C.1.2. With reference to SPD question 4C.10 Tenderers are required to provide details of the proportion of the contract you intend to subcontract and which segment of the service will be delivered by the subcontractor.",
                    "minimum": "With reference to SPD Question 4D.1, 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-%20standards.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-06-06T13:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2022-06-06T14:00:00+01:00"
        },
        "bidOpening": {
            "date": "2022-06-06T14:00:00+01:00"
        },
        "hasRecurrence": false
    },
    "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",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.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",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-1174",
            "name": "Glasgow Sheriff Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court"
            },
            "address": {
                "streetAddress": "1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9TW",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 4298888"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-3524",
        "name": "NHS Greater Glasgow and Clyde"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000677240"
        }
    ],
    "language": "en"
}