|
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.
|
|