Notice Information
Notice Title
Low Voltage Emergency Generator Maintenance
Notice Description
There is a requirement for an NHS Greater Glasgow & Clyde Lotted Contract in place for Low Voltage Emergency Generator Maintenance. The contract is for the routine maintenance to emergency electrical generators located throughout NHS Greater Glasgow & Clyde (GG&C), including both minor (interim) and major (full) services. The service contractor(s) must provide a 24/7 365 day breakdown repair. The service contractor(s) will also be required to provide additional services in relation to temporary hire sets to cover failures or servicing and load banks for testing. The service contractor(s) will be expected to provide expert advice to local Estates Managers on the maintenance and management of generator services to the hospitals, electronic reports on plant condition and actions required to ensure the reliability of the standby service.
Lot Information
North Sector and Partnerships
NHS Greater Glasgow and Clyde will appoint a single supplier for the North Sector and Partnerships. The contract is for the routine maintenance to emergency electrical generators located throughout NHS Greater Glasgow & Clyde (GG&C), including both minor (interim) and major (full) services. The service contractor(s) must provide a 24/7 365 day breakdown repair. The service contractor(s) will also be required to provide additional services in relation to temporary hire sets to cover failures or servicing and load banks for testing. The service contractor(s) will be expected to provide expert advice to local Estates Managers on the maintenance and management of generator services to the hospitals, electronic reports on plant condition and actions required to ensure the reliability of the standby service.
Renewal: 2 x 12 Month Extensions
Clyde SectorNHS Greater Glasgow and Clyde will appoint a single supplier for the Clyde Sector. The contract is for the routine maintenance to emergency electrical generators located throughout NHS Greater Glasgow & Clyde (GG&C), including both minor (interim) and major (full) services. The service contractor(s) must provide a 24/7 365 day breakdown repair. The service contractor(s) will also be required to provide additional services in relation to temporary hire sets to cover failures or servicing and load banks for testing. The service contractor(s) will be expected to provide expert advice to local Estates Managers on the maintenance and management of generator services to the hospitals, electronic reports on plant condition and actions required to ensure the reliability of the standby service.
Renewal: 2 x 12 Month Extensions
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03ddd2
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/031952-2023
- Current Stage
- Award
- All Stages
- Tender, Award
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
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
-
- CPV Codes
50000000 - Repair and maintenance services
Notice Value(s)
- Tender Value
- £1,250,000 £1M-£10M
- Lots Value
- £1,250,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £625,000 £500K-£1M
Notice Dates
- Publication Date
- 30 Oct 20232 years ago
- Submission Deadline
- 31 Jul 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 30 Oct 20232 years ago
- Contract Period
- 31 Aug 2023 - 31 Aug 2026 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NHS GREATER GLASGOW AND CLYDE
- Contact Name
- Oliver Bailey
- Contact Email
- oliver.bailey@ggc.scot.nhs.uk
- Contact Phone
- +44 1412015388
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
- TLM82 Glasgow City, TLM83 Inverclyde, East Renfrewshire, and Renfrewshire
-
- Local Authority
- Glasgow City
- Electoral Ward
- Dennistoun
- Westminster Constituency
- Glasgow North East
Further Information
Notice URLs
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-03ddd2-2023-10-30T11:57:11Z",
"date": "2023-10-30T11:57:11Z",
"ocid": "ocds-h6vhtk-03ddd2",
"description": "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. 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 The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available athttp://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: 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 framework 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. (SC737199) 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 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 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:737199) (SC Ref:748819)",
"initiationType": "tender",
"tender": {
"id": "GGC0565",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Low Voltage Emergency Generator Maintenance",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
"mainProcurementCategory": "services",
"description": "There is a requirement for an NHS Greater Glasgow & Clyde Lotted Contract in place for Low Voltage Emergency Generator Maintenance. The contract is for the routine maintenance to emergency electrical generators located throughout NHS Greater Glasgow & Clyde (GG&C), including both minor (interim) and major (full) services. The service contractor(s) must provide a 24/7 365 day breakdown repair. The service contractor(s) will also be required to provide additional services in relation to temporary hire sets to cover failures or servicing and load banks for testing. The service contractor(s) will be expected to provide expert advice to local Estates Managers on the maintenance and management of generator services to the hospitals, electronic reports on plant condition and actions required to ensure the reliability of the standby service.",
"value": {
"amount": 1250000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"title": "North Sector and Partnerships",
"description": "NHS Greater Glasgow and Clyde will appoint a single supplier for the North Sector and Partnerships. The contract is for the routine maintenance to emergency electrical generators located throughout NHS Greater Glasgow & Clyde (GG&C), including both minor (interim) and major (full) services. The service contractor(s) must provide a 24/7 365 day breakdown repair. The service contractor(s) will also be required to provide additional services in relation to temporary hire sets to cover failures or servicing and load banks for testing. The service contractor(s) will be expected to provide expert advice to local Estates Managers on the maintenance and management of generator services to the hospitals, electronic reports on plant condition and actions required to ensure the reliability of the standby service.",
"awardCriteria": {
"criteria": [
{
"name": "Technical/Quality",
"type": "quality",
"description": "40"
},
{
"name": "Commercial",
"type": "cost",
"description": "60"
}
]
},
"value": {
"amount": 625000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2023-09-01T00:00:00+01:00",
"endDate": "2026-08-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "2 x 12 Month Extensions"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "2",
"title": "Clyde Sector",
"description": "NHS Greater Glasgow and Clyde will appoint a single supplier for the Clyde Sector. The contract is for the routine maintenance to emergency electrical generators located throughout NHS Greater Glasgow & Clyde (GG&C), including both minor (interim) and major (full) services. The service contractor(s) must provide a 24/7 365 day breakdown repair. The service contractor(s) will also be required to provide additional services in relation to temporary hire sets to cover failures or servicing and load banks for testing. The service contractor(s) will be expected to provide expert advice to local Estates Managers on the maintenance and management of generator services to the hospitals, electronic reports on plant condition and actions required to ensure the reliability of the standby service.",
"awardCriteria": {
"criteria": [
{
"name": "Technical/Quality",
"type": "quality",
"description": "40"
},
{
"name": "Commercial",
"type": "cost",
"description": "60"
}
]
},
"value": {
"amount": 625000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2023-09-01T00:00:00+01:00",
"endDate": "2026-08-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "2 x 12 Month Extensions"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM83"
},
{
"region": "UKM82"
},
{
"region": "UKM83"
}
],
"relatedLot": "2"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "With Reference to SPD Question 4B1.1,Turnover for each year stated must the estimated contract value stated in the Contract Notice i.e. turnover must be at least GBP125,000 if you have applied for one of the Lots under this Lotted Contract and GBP250,000 if you have applied for two of the Lots under this Lotted Contract in each year specified. 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 With reference to SPD question 4B.5 Insurances, please confirm the following: 4B.5.1a - Employers Liability Insurance, hold a policy providing as a minimum GBP 2 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 GBP 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. (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:",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "With reference to SPD Question 4C.1.2 Provide three (3) examples from the last five (3) years of providing services outlined in the Specification & document. Examples provided must demonstration of working with SHTM 00: Best practice guidance for healthcare engineering, SHTM 06-02: Electrical safety guidance for low voltage systems and within NHS or Healthcare Environment. Tenderers should ensure to highlight the relevancy of their case study, giving detailed account of the services carried out. Pass/Fail With reference to SPD Question 4C.7 Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements: -The supplier should eliminate all non-essential packaging, and where packaging is essential, the supplier should remove this from site for their own recycling. -If an item is required for repair, remove damaged item from NHSGGC site and take for own recycling, including all packaging associated. -Any vehicles to be turned off while on NHSGGC sites to reduce carbon emissions. -Number of visits/deliveries limited where possible? Operational alarms to sound when maintenance is required to save unnecessary trips. -Are materials used supporting circular economy (are they designed to last a long time - less pollution and less maintenance required). b)The contractor must hold a Special Waste Licence from the Scottish Environment Protection Agency (SEPA) Pass/Fail With reference to SPD Question 4C8.1 i)Please provide average annual manpower against the following categories of staff: -Managing Partner or Director -Contract Manager and Deputy or equivalent -Site/Works Supervisor -Electrical and Mechanical Trades People ii) The following resource levels are mandatory and are considered to be a minimum appropriate level: -Managing Partner or Director: Names escalation point of contact for contract management. -Contract Manager and Deputy or equivalent: Must be suitably qualified, competent person, satisfying all requirements requested within this specification and have all the authority to resolve all problems across all sites and locations. -Site/Works Supervisor: Single point of contact for individual works on site. Resource to be maintained throughout the life of the project and have a minimum 3 years' experience supervising a team on projects. Pass/Fail -Electrical and Mechanical Trades People: A minimum 3 years' experience of conducting electrical and mechanical works in line with the NHS GGC specification for this procurement. With reference to SPD Question 4C.9 Bidders must provide current calibration certificates for all test equipment. Pass/Fail With reference to SPD Question 4C.10 Provide details of the proportion of the contract that you intend to subcontract and information of the name of the subcontractor. A completed SPD will be required for each subcontractor if awarded to the Contract. Pass/Fail With reference to SPD Question 4D.1 a. UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent). b. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder's quality management is effective in reducing/preventing incidents of sub-standard delivery. This must include the quality of output and general performance. c. Bidders 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 With reference to SPD Question 4D.2 Bidder be able to produce UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate.",
"appliesTo": [
"supplier"
]
}
]
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-07-31T14:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2023-07-31T14:00:00+01:00"
},
"bidOpening": {
"date": "2023-07-31T14:00:00+01:00"
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
}
},
"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": "Oliver Bailey",
"telephone": "+44 1412015388",
"email": "oliver.bailey@ggc.scot.nhs.uk",
"url": "http://www.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.nhsggc.scot/about-us/procurement/",
"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-86312",
"name": "Glasgow Sheriff Court",
"identifier": {
"legalName": "Glasgow Sheriff Court"
},
"address": {
"streetAddress": "1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9DA UK",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-96593",
"name": "Dieselec Thistle Generators",
"identifier": {
"legalName": "Dieselec Thistle Generators"
},
"address": {
"streetAddress": "Cadder House, 160 Clober road",
"locality": "Milngavie",
"region": "UK",
"postalCode": "G62 7LW",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1419567764"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-3524",
"name": "NHS Greater Glasgow and Clyde"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000737199"
}
],
"language": "en",
"awards": [
{
"id": "031952-2023-1",
"relatedLots": [
"1"
],
"title": "North Sector and Partnerships",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-96593",
"name": "Dieselec Thistle Generators"
}
]
},
{
"id": "031952-2023-2",
"relatedLots": [
"2"
],
"title": "Clyde Sector",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-96593",
"name": "Dieselec Thistle Generators"
}
]
}
],
"contracts": [
{
"id": "031952-2023-1",
"awardID": "031952-2023-1",
"title": "North Sector and Partnerships",
"status": "active",
"value": {
"amount": 625000,
"currency": "GBP"
},
"dateSigned": "2023-10-30T00:00:00Z"
},
{
"id": "031952-2023-2",
"awardID": "031952-2023-2",
"title": "Clyde Sector",
"status": "active",
"value": {
"amount": 625000,
"currency": "GBP"
},
"dateSigned": "2023-10-30T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
},
{
"id": "6",
"measure": "bids",
"relatedLot": "2",
"value": 3
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 2
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "2",
"value": 2
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "8",
"measure": "foreignBidsFromEU",
"relatedLot": "2",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 3
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "2",
"value": 0
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 3
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "2",
"value": 3
}
]
}
}