Business
Opportunities /
Tenders
by product
by date
subscribe
Find Suppliers
sourcing services
Terms of Use
© 2002 NuclearMarket
|Home | Members | Free Trial | Contact Us|


IMPORTANT NOTE:
The notice below may have expired - To receive our email alerts in the future please click here for a free trial.

Procurement Notice Details

Radiation dosimeters [personnel dosimetry service - medical]
UK

Purchaser: NHS Greater Glasgow and Clyde

18/12/2018 S243 - - Supplies - Contract notice - Open procedure
I.II.III.IV.VI.
United Kingdom-Glasgow: Radiation dosimeters

2018/S 243-554676

Contract notice

Supplies

Legal Basis:

Directive 2014/24/EU
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
United Kingdom
Contact person: Marie Slaven
Telephone: +44 1412118790
E-mail: marie.slaven@ggc.scot.nhs.uk
NUTS code: UKM82
Internet address(es):

Main address: http://www.nhsggc.org.uk/

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk

I.1)
Name and addresses
NHS Forth Valley
Trust Headquarters, Carseview Castle Business Park
Stirling
FK9 4SW
United Kingdom
Telephone: +44 1786463031
E-mail: FV-UHB.fvcustomerservices@nhs.net
NUTS code: UKM76
Internet address(es):

Main address: http://www.nhsforthvalley.com

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00067

I.1)
Name and addresses
National Waiting Times Centre Board
Golden Jubliee National Hospital Beardmore Street, Agamenmon Street
Clydebank
G81 4DY
United Kingdom
Telephone: +44 1419515000
E-mail: comms@GJNH.SCOT.NHS.UK
Fax: +44 1419515761
NUTS code: UKM82
Internet address(es):

Main address: http://www.nhsgoldenjubilee.co.uk/home/

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00199

I.2)
Information about joint procurement
The contract involves joint procurement
I.3)
Communication
Access to the procurement documents is restricted. Further information can be obtained at: https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.publictendersscotland.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:
Personnel Dosimetry Service

Reference number: GGC0535
II.1.2)
Main CPV code
38341200
II.1.3)
Type of contract
Supplies
II.1.4)
Short description:
NHS GG&C are seeking a supplier to provide a comprehensive personnel dosimetry service for approximately 2000 personnel working in a healthcare environment which includes HSE recognised dosimeters for whole body, eye and extremity dose assessments, maintenance of records and environmental and Radon monitoring. The service will cover 3 NHS Boards: Greater Glasgow and Clyde, Forth Valley Health Board and National Waiting Times Centre.

II.1.5)
Estimated total value
Value excluding VAT: 150 000.00 GBP
II.1.6)
Information about lots
This contract is divided into lots: no
II.2)
Description
II.2.1)
Title:
II.2.2)
Additional CPV code(s)
38341200
38527200
II.2.3)
Place of performance
NUTS code: UKM82
II.2.4)
Description of the procurement:
NHS GG&C are seeking a supplier to provide a comprehensive personnel dosimetry service for approximately 2000 personnel working in a healthcare environment which includes HSE recognised dosimeters for whole body, eye and extremity dose assessments, maintenance of records and environmental and Radon monitoring. The service will cover 3 NHS Boards: Greater Glasgow and Clyde, Forth Valley Health Board and National Waiting Times Centre.

II.2.5)
Award criteria
Criteria below
Quality criterion - Name: Quality criteron / Weighting: 40
Cost criterion - Name: Cost criterion / Weighting: 60
II.2.6)
Estimated value
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:
Option for 2 x 12 month extensions.

II.2.10)
Information about variants
Variants will be accepted: no
II.2.11)
Information about options
Options: no
II.2.12)
Information about electronic catalogues
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
Section III: Legal, economic, financial and technical information

III.1)
Conditions for participation
III.1.1)
Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Economic operators must complete the European Single Procurement Document (ESPD) via the Public Contract Scotland — Tender (ESPD) portal link. EO's must read the ESPD in conjunction with all the sections set out below.

With reference to ESPD Question 4A.2 EO's are required to confirm they are (or can commit to obtain prior to the commencement of any subsequently awarded contract) accredited by health and safety executive as an approved dosimetry service for both dosimeters and maintenance of records. This is a pass/fail question.

With reference to ESPD Question 4A.2 EO's are required to confirm they (or can commit to obtain prior to the commencement of any subsequently awarded contract) work to the Ionising Radiation Regulations 2017. This is a pass/fail question.

III.1.2)
Economic and financial standing
List and brief description of selection criteria:
With reference to ESPD Question 4B.6, NHSGG&C will use its evaluation matrix which can be uploaded from the attachments area on PCST to assess the financial stability of EO's. EO's should complete the evaluation matrix spread sheet included in the tender documents and confirm they meet the minimum requirement score. EO's with a score of 50 and above will be deemed to have evidenced satisfactory financial stability. EO's should be able to provide financial accounts when requested by NHSGG&C.

Minimum level(s) of standards possibly required:
With reference to ESPD Question 4B.5.1, EO's must and evidence Employer's (Compulsory) Liability Insurance = 5 000 000 GBP. If EO'S do not currently have this level of insurance, they must agree to put in place prior to contract commencement.

With reference to ESPD Question 4B.5.2, EO's must and evidence Public Liability Insurance = 10 000 000 GBP. If EO'S do not currently have this level of insurance, they must agree to put in place prior to contract commencement.

With reference to ESPD Question 4B.5.2, EO's must and evidence Professional Indemnity Insurance = 5 000 000 GBP. If EO'S do not currently have level of insurance, they must agree to put in place prior to contract commencement.

With reference to Technical Questionnaire 2.2, EO's must confirm they comply with the following questions:

Service compliance must be in line with Regulations 9 (1), 19 (2), 20, 22 and 36 of IRR17.

Maintenance of relevant records must be by an Approved Dosimetry Service (ADS), including individual dose records on behalf of the Board in accordance with the Regulations.

The ADS must conform to the requirements of HSE, including Information Sheet, Ionising Radiation Protection Series No. 2, Radiation Dose Assessment and Recording.

With reference to Technical Questionnaire 2.3, EO's must confirm they comply with the following question:

Dosimeters must be HSE approved for whole body dose estimation.

III.1.3)
Technical and professional ability
List and brief description of selection criteria:
With reference to ESPD Question 4C.1.2, EO's are required to provide examples that demonstrate they have the relevant experience to deliver the services/supplies as described in Part II.2.4 of the OJEU Contract Notice. Examples must be from within the last 3 years. EO's should complete the template attached in the “General Attachment” area of PCS-T to provide examples that demonstrates experience that is relevant to this procurement exercise. If EO's cannot provide any examples you should explain why at the bottom of the template. The completed response should be no more than 2 pages of A4. EO's should upload the completed document next to the Question 4C.1.2. Failure to provide examples or explain why examples cannot be provided will result in a non-compliant bid and may be rejected. Responses will be evaluated, if these do not display visible evidence of capability to deliver these services, this may result in a fail.

III.1.5)
Information about reserved contracts
III.2)
Conditions related to the contract
III.2.2)
Contract performance conditions:
III.2.3)
Information about staff responsible for the performance of the contract
Section IV: Procedure

IV.1)
Description
IV.1.1)
Type of procedure
Open procedure
IV.1.3)
Information about a framework agreement or a dynamic purchasing system
IV.1.4)
Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)
Information about electronic auction
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.2.1)
Previous publication concerning this procedure
IV.2.2)
Time limit for receipt of tenders or requests to participate
Date: 21/01/2019
Local time: 13:00
IV.2.3)
Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)
Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)
Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
IV.2.7)
Conditions for opening of tenders
Date: 21/01/2019
Local time: 14:00
Place:
Glasgow Royal Infirmary.

Section VI: Complementary information

VI.1)
Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:
Contract term is 36 months with 2 x 12 month extension options.

VI.2)
Information about electronic workflows
VI.3)
Additional information:
The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 11439

For more information see :https://www.publictendersscotland.publiccontractsscotland.gov.uk

Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland website at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=549661

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:

A non-scoreable question has been added to PCS-T.

(SC Ref:549661)

VI.4)
Procedures for review
VI.4.1)
Review body
NHS Greater Glasgow and Clyde
Procurement Department, Glasgow Royal Infirmary, 84 Castle Street
Glasgow
G4 0SF
United Kingdom
Telephone: +44 1412118794
Internet address: http://www.nhsggc.org.uk/

VI.4.2)
Body responsible for mediation procedures
VI.4.3)
Review procedure
VI.4.4)
Service from which information about the review procedure may be obtained
VI.5)
Date of dispatch of this notice:
14/12/2018


http://ted.europa.eu/, TED database, © European Communities, 1995-2018.