Tender

Supply, Installation and Maintenance of Industrial Washer

GLASGOW CITY COUNCIL

This public procurement record has 1 release in its history.

Tender

28 Feb 2019 at 00:00

Summary of the contracting process

Glasgow City Council is currently conducting a public procurement process for the "Supply, Installation and Maintenance of Industrial Washer." This initiative falls under the general public services category and is based in Glasgow, UK. The procurement stage is active with an open procedure for tendering. Bids must be submitted electronically by 21 March 2019, and successful bidders will engage in a contract that includes a three-month period for the new equipment's installation, coupled with a five-year maintenance commitment that may be extended for an additional ten years.

This tender represents a significant opportunity for businesses involved in equipment supply and maintenance, particularly those specialising in industrial or community care equipment. Companies that excel in sourcing and installing industrial washers, as well as those adept in maintenance services, will find this tender particularly attractive. Given the contract’s extended duration and potential community benefits, businesses that can demonstrate reliability and sustainable practices in their proposals are likely to stand out in the competitive bidding process.

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

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Supply, Installation and Maintenance of Industrial Washer

Notice Description

The council invites suitable qualified and experienced applicants to submit bids for the supply, installation and maintenance of industrial washer which will be used to decontaminate used Community Care Equipment. The bidder will also be required to remove, decommission and dispose of the two existing Douglas industrial washers in an environmental manner of which the council is seeking trade in values for both. The contract is period for decommission of two existing industrial washers, supply and installation of new industrial washers shall be for a period of three months. Purchase of consumables and maintenance which includes servicing and repair shall be for a period of five years. The council will have an option to extend the contract for supply of consumables and maintenance for two further extensions of up to five year periods which will be exercised by the council serving notice on the Applicant in accordance with the council's Terms and Conditions.

Lot Information

Lot 1

Glasgow City Council is inviting suitable qualified and experienced applicants to submit bids for the supply, installation and maintenance of industrial washer for used Community Care Equipment. This will include the removal and decommissioning of two existing Douglas washers, as well as the maintenance (to include service and repair) and supply of consumables in relation to new industrial washer. Community Care Equipment comprises of the following types of equipment which may vary over the contract period: Hoist, Bed, Adult and Children's Seating, Bariatric Bed, Bariatric Hoist, Bariatric Bathing, Bariatric Mattresses, Slings, Toileting, Walking Aids, Bathing & Showering, Bed Accessories, Children's Equipment ,Mattress Elevators, Mattress, Stand aids and Mobility Equipment (Moving and Handling). The council may add or remove items during this course of this agreement.

Renewal: The consumables and maintenance elements shall have the options for two further extensions of up to five year periods. The council may choose to extend both elements, one element and no elements.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000575607
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB346739
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
PCS Notice - Website Contract Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

33 - Medical equipments, pharmaceuticals and personal care products

39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products

42 - Industrial machinery

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)


CPV Codes

33100000 - Medical equipments

33191000 - Sterilisation, disinfection and hygiene devices

39713210 - Washer/dryers

42924720 - Decontamination equipment

44532200 - Washers

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
28 Feb 20196 years ago
Submission Deadline
21 Mar 2019Expired
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
GLASGOW CITY COUNCIL
Contact Name
Raji Purba
Contact Email
raji.purba@glasgow.gov.uk
Contact Phone
+44 1412876403

Buyer Location

Locality
GLASGOW
Postcode
G2 1DU
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

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North East

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB346739
    Supply, Installation and Maintenance of Industrial Washer - The council invites suitable qualified and experienced applicants to submit bids for the supply, installation and maintenance of industrial washer which will be used to decontaminate used Community Care Equipment. The bidder will also be required to remove, decommission and dispose of the two existing Douglas industrial washers in an environmental manner of which the council is seeking trade in values for both. The contract is period for decommission of two existing industrial washers, supply and installation of new industrial washers shall be for a period of three months. Purchase of consumables and maintenance which includes servicing and repair shall be for a period of five years. The council will have an option to extend the contract for supply of consumables and maintenance for two further extensions of up to five year periods which will be exercised by the council serving notice on the Applicant in accordance with the council's Terms and Conditions.

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-r6ebe6-0000575607-2019-02-28T00:00:00Z",
    "date": "2019-02-28T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000575607",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-9",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "Chief Executives Department, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "name": "Raji Purba",
                "email": "raji.purba@glasgow.gov.uk",
                "telephone": "+44 1412876403",
                "faxNumber": "+44 1412879399",
                "url": "http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.glasgow.gov.uk"
            }
        }
    ],
    "buyer": {
        "name": "Glasgow City Council",
        "id": "org-9"
    },
    "tender": {
        "id": "GCC004803CPU",
        "title": "Supply, Installation and Maintenance of Industrial Washer",
        "description": "The council invites suitable qualified and experienced applicants to submit bids for the supply, installation and maintenance of industrial washer which will be used to decontaminate used Community Care Equipment. The bidder will also be required to remove, decommission and dispose of the two existing Douglas industrial washers in an environmental manner of which the council is seeking trade in values for both. The contract is period for decommission of two existing industrial washers, supply and installation of new industrial washers shall be for a period of three months. Purchase of consumables and maintenance which includes servicing and repair shall be for a period of five years. The council will have an option to extend the contract for supply of consumables and maintenance for two further extensions of up to five year periods which will be exercised by the council serving notice on the Applicant in accordance with the council's Terms and Conditions.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "42924720",
                        "scheme": "CPV"
                    },
                    {
                        "id": "33100000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "33191000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "39713210",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44532200",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196",
        "tenderPeriod": {
            "endDate": "2019-03-21T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2019-03-21T12:00:00Z"
        },
        "documents": [
            {
                "id": "FEB346739",
                "documentType": "contractNotice",
                "title": "Supply, Installation and Maintenance of Industrial Washer",
                "description": "The council invites suitable qualified and experienced applicants to submit bids for the supply, installation and maintenance of industrial washer which will be used to decontaminate used Community Care Equipment. The bidder will also be required to remove, decommission and dispose of the two existing Douglas industrial washers in an environmental manner of which the council is seeking trade in values for both. The contract is period for decommission of two existing industrial washers, supply and installation of new industrial washers shall be for a period of three months. Purchase of consumables and maintenance which includes servicing and repair shall be for a period of five years. The council will have an option to extend the contract for supply of consumables and maintenance for two further extensions of up to five year periods which will be exercised by the council serving notice on the Applicant in accordance with the council's Terms and Conditions.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB346739",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Glasgow City Council is inviting suitable qualified and experienced applicants to submit bids for the supply, installation and maintenance of industrial washer for used Community Care Equipment. This will include the removal and decommissioning of two existing Douglas washers, as well as the maintenance (to include service and repair) and supply of consumables in relation to new industrial washer. Community Care Equipment comprises of the following types of equipment which may vary over the contract period: Hoist, Bed, Adult and Children's Seating, Bariatric Bed, Bariatric Hoist, Bariatric Bathing, Bariatric Mattresses, Slings, Toileting, Walking Aids, Bathing & Showering, Bed Accessories, Children's Equipment ,Mattress Elevators, Mattress, Stand aids and Mobility Equipment (Moving and Handling). The council may add or remove items during this course of this agreement.",
                "status": "active",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The consumables and maintenance elements shall have the options for two further extensions of up to five year periods. The council may choose to extend both elements, one element and no elements."
                }
            }
        ],
        "bidOpening": {
            "date": "2019-03-21T12:00:00Z",
            "address": {
                "streetAddress": "Glasgow"
            }
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "For Key Performance Indicators relating to this procurement, please refer to the following documents within the supplier attachment area of PCST: Document 2: Invitation to Tender (ITT) Document 3: Terms and Conditions"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "In order to pass the Financial Check section of the contract, it is mandatory for companies to attain the undernoted: Refers to Question: 4B.4 of ESPD: Bidders must comply with the undernoted financial requirements in order to participate in the tendering process:- There is a minimum financial requirement that affects Trading Performance and Balance Sheet strength. Financial requirements should be calculated on latest filed accounts with Companies House. Trading Performance An overall positive outcome on Pre-Tax Profits over a 3 year period (Exceptional items can be excluded from the calculation) the above would be expressed in the ratio Pre-Tax Profit/Turnover Balance Sheet Strength. Net Worth of the organisation must be positive. Intangibles can be included for purposes of the Total Assets figure. The above would be expressed in the ratio Total Assets/Total Liabilities Applicants who do not comply with the above financial requirements, but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above. Refers to Question: 4B.6 & 6.1 of ESPD: Applicants who do not comply with the above financial requirements, but who are part of a Group, can provide a Parent Guarantee, if the Parent Company satisfies the financial requirements stipulated above. Applicants who have been trading for less than the 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in which they have been trading. Applicants are required to provide a full set of accounts for the latest two individual trading years to verify that they are complying with the financial requirements of the contract. The Council reserves the right at its own discretion to seek such other information from the Applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the Applicant's economic and financial standing.",
                    "minimum": "Applicants must pass the Economic and financial aspects including: Refers to Questions: 4B.5.1 & 5.2 of ESPD Glasgow City Council's Insurance Requirements are: Employer's Liability The bidder shall take out and maintain throughout the period of their services Employer's Liability insurance to the value of at least TEN MILLION (GBP10,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period. Public Liability / Pollution Extension The bidder shall take out and maintain throughout the period of their services Public Liability Insurance to the value of at least FIVE MILLION POUNDS STERLING (GBP5,000,000) in respect of any one claim and unlimited in the period including Pollution and Contamination cover (sudden and unforeseen) and in the aggregate. Products Insurance The bidder shall take out and maintain throughout the period of their services Products Liability insurance to the value of at least FIVE MILLION (GBP5,000,000) POUNDS STERLING in respect of any one claim and in the aggregate. Glasgow City Council's Professional Indemnity Insurance Requirements The above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent body for other EU member states by the council and any organisation shall not sub-let or sub-contract any part of the commission unless the sub-contractor is similarly insured, unless the council agrees otherwise. It is the express responsibility of the lead organisation to ensure this is the case. Should the Bidder not have the specified insurances at the time of tendering then, the Bidder must certify in their response to this ITT that the specified insurance will be obtained"
                },
                {
                    "type": "technical",
                    "description": "Refer to Question: 4C.1.2 of ESPD This section has a weighted scored of 100%. Question contained within this section will be given individual scores which total to 100%; these are detailed within the Contract Notice. To explain this in detail, should Question 4C.1.2 contain a weighting of 100% of the 100% total, and a Bidder were to score full marks for this question, then they would achieve a score of 100%, if however the Evaluation Panel (using the Scoring Methodology below) scores 60 marks for this question then they would achieve a score of 50%. Question: 4C.1.2 of ESPD states: For public supply and public service contracts only, please provide 2 relevant examples of supplies and/or services carried out during the last three years as specified in the Contract Notice which should include the customer contact name, value of contract and contract start and end dates. ESPDS Statement For each example the following information should be provided but not be limited to: Please provide 2 relevant examples of services carried out during the last three years as specified in the contract notice: (examples from both public and/or private sector) For each example the following information should be provided but not be limited to: An overview of the contract including: customer name, contract start date contract end dates contract value Full detailed contract description to include what services were covered. The weighting will be 50% for each example with 100% attributed to two examples. TOTAL 100%",
                    "minimum": "Bidders must score a minimum threshold of 60% across the question. Any Bidder who fails to achieve the minimum score of 60% will be disqualified at this preselection stage."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "classification": {
            "id": "42924720",
            "scheme": "CPV"
        },
        "reviewDetails": "Glasgow City Council must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 86 of The Public Contract (Scotland) Regulations 2015 (\"the Regulations\"). The Council is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the Council must not enter into the contract unless the proceedings are determined, discontinued or disposed of; or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic Operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.",
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "Economic operators may be excluded from this competition if they are in any situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. Information regarding the European Single Procurement document and contracting authority specific requirements can all be found in \"DOCUMENT 4\" Supplier Guidance Document, which is available within the supplier attachment area of Public Contracts Scotland. ESPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; applicants should hold the relevant certificates for Quality Control and Environmental Management Standards. If bidders do not hold the relevant certificates, they will be required to respond to supporting questions as detailed in Document 4 at the Request For Documentation Stage. Please refer to Document 2- ITT with regards Evaluation Process Freedom of Information Act -- Information on the FOI Act is contained in Appendix A of the ITT. Applicants must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI certificate (NB the council does not bind itself to withhold this information). Tenderers Amendments -- Applicants must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Applicants will be required to complete the tenderers amendment certificate. Prompt Payment -- The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its sub-contractors in respect of payments due to any sub-sub-contractors, if any. Applicants will be required to complete the prompt payment certificate. Non Collusion -- Applicants will be required to complete the Non Collusion certificate. Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, contained in the buyers attachments area within the PCS Tender portal authorising the Council to request copies of insurance documents from the supplier's insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Terms and Conditions are located within the attachments area within the PCS Tender portal. Additional information pertaining to this contract notice is contained in the Invitation to Tender, ESPD Statements document and attachments situated within the attachments area of PCS-T. Bidders must ensure they read these documents in line with this contract notice. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 13083. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 13083. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: Community Benefit for the procurement are Mandatory un-scored. If a bidder response does not equate to 5 points, to this pass and fail question, they will not proceed to the to the Award stage of the evaluation process. Question: Please outline the processes you will follow to deliver any Community Benefits offered through delivery of this contract. Your response should include, but not be limited to, details the following: Details of the specific Community Benefits outcomes to be delivered - MANDATORY. Details of any Community Benefits proposed in addition to the Themes and outcomes highlighted in the Community Benefits Menu. Details of the processes which will be followed to deliver Community Benefits. Details of engagement with any partner organisations to support delivery. Bidders should refer to the Section 5 for Community Benefit within the ITT document and also should refer to the following documents(reference 5A, 5B and 5C within attachment area of PCST of which they must achieve a total of 5 points. If a bidder response does not equate to 5 points, to this pass and fail question, they will not proceed to the to the Award stage of the evaluation process. (SC Ref:575607)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000575607"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}