Tender Details
Title

Personal Dosimetry Service NHS Greater Glasgow and Clyde Personal Dosimetry Service NHS Greater Glasgow and Clyde Personal Dosimetry ServiceNHS GG&C are seeking a contractor to provide a comprehensive personal dosimetry service for approximately 2000 personal working in a healthcare environment which includes HSE recognised dosimeters for whole body, eye, extremity dose assessments, maintenance of records and environmental & Radon monitoring. The service will cover 2 Health Boards; Greater Glasgow and Clyde and Forth Valley. Reference no:OCT492424 Published by:NHS Greater Glasgow and Clyde Published to:External Deadline date:08/11/2024 Notice Type:Contract notice OCID:ocds-h6vhtk-04a6f1 Location: UK - All UK - All Value:- Summary OCID:ocds-h6vhtk-04a6f1Published by:NHS Greater Glasgow and ClydeAuthority ID:AA20840Publication date:13 October 2024Deadline date:08 November 2024Notice type:Contract NoticeHas documents:NoHas SPD:NoHas Carbon Reduction Plan:N/A Abstract NHS GG&C are seeking a contractor to provide a comprehensive personal dosimetry service for approximately 2000 personal working in a healthcare environment which includes HSE recognised dosimeters for whole body, eye, extremity dose assessments, maintenance of records and environmental & Radon monitoring. The service will cover 2 Health Boards; Greater Glasgow and Clyde and Forth Valley. Full notice text Contract noticeSection I: Contracting authority I.1) Name and addressesNHS Greater Glasgow and ClydeProcurement Department, Glasgow Royal Infirmary, 84 Castle StreetGlasgowG4 0SFUK Contact person: Emma Watt Telephone: +44 1412015354 E-mail: Emma.Watt5@nhs.scot NUTS: UKM82Internet address(es) Main address: http://www.nhsggc.scot/about-us/procurement/ Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10722I.1) Name and addressesNHS Forth ValleyTrust Headquarters, Carseview Castle Business ParkStirlingFK9 4SWUK Telephone: +44 1786463031 E-mail: david.logie@nhs.scot NUTS: UKM76Internet address(es) Main address: http://www.nhsforthvalley.com Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00067I.2) Joint procurementThe contract involves joint procurementI.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:https://www.publiccontractsscotland.gov.uk/Additional information can be obtained from the abovementioned addressTenders or requests to participate must be sent electronically to:https://www.publiccontractsscotland.gov.uk/I.4) Type of the contracting authorityBody governed by public lawI.5) Main activityHealthSection II: ObjectII.1) Scope of the procurementII.1.1) TitlePersonal Dosimetry Service Reference number: GGC0902II.1.2) Main CPV code38341200 II.1.3) Type of contractSuppliesII.1.4) Short descriptionNHS GG&C are seeking a contractor to provide a comprehensive personal dosimetry service for approximately 2000 personal working in a healthcare environment which includes HSE recognised dosimeters for whole body, eye, extremity dose assessments, maintenance of records and environmental & Radon monitoring. The service will cover 2 Health Boards; Greater Glasgow and Clyde and Forth Valley.II.1.5) Estimated total valueValue excluding VAT: 257 000.00 GBPII.1.6) Information about lots This contract is divided into lots: No II.2) DescriptionII.2.2) Additional CPV code(s)3834160038527200II.2.3) Place of performanceNUTS code:UKM8II.2.4) Description of the procurementNHS GG&C are seeking a contractor to provide a comprehensive personal dosimetry service for approximately 2000 personal working in a healthcare environment which includes HSE recognised dosimeters for whole body, eye, extremity dose assessments, maintenance of records and environmental & Radon monitoring. The service will cover 2 NHS Health Boards; Greater Glasgow and Clyde and Forth Valley.II.2.5) Award criteriaCriteria below: Quality criterion: Quality / Weighting: 40 Cost criterion: Cost / Weighting: 60II.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:2 x 12 month extensionsII.2.9) Information about the limits on the number of candidates to be invitedII.2.10) Information about variants Variants will be accepted: No II.2.11) Information about options Options: No II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: No Section III: Legal, economic, financial and technical informationIII.1) Conditions for participationIII.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:Tenderers must complete the Single Procurement Document (SPD) via Public Contract Scotland portal link. Tenderers must read the SPD in conjunction with all the sections set out below.With reference to SPD question 4A2A Tenderers 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 dosemeters and maintenance of records. This is a PASS/FAIL question.With reference to SPD question 4A2A Tenderers are required to confirm they (or can commit to obtain prior to the commencement of any subsequently awarded contract) work to Ionising Radiation Regulations 2017 (IRR17). This is a PASS/FAIL question.III.1.2) Economic and financial standingList and brief description of selection criteria:With reference to SPD question 4B1a, Tenderers are required to state turnover for the last three (3) financial years.Mandatory criteria: Turnover for each year stated must be at least 2 times the estimated contract value stated in the Contract Notice.Evidence: copies of audited accounts or equivalent for the number of years stated.With reference to SPD question 4B6, 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: >0.99Net Profit Margin of the Company (net profits divided by revenue x100) -- Acceptable Range is >0 (i.e. positive)Tenderers should be able to provide financial accounts when requested by NHSGGCMinimum level(s) of standards required:With reference to SPD question 4B5b 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 4B5c Tenderers must hold and evidence Public 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.Any Tenderers 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.III.1.3) Technical and professional abilityList and brief description of selection criteria:With reference to SPD question 4C1.2 Tenderers are required to provide 3 examples, from the last 3 years that demonstrate they have the relevant experience to deliver the service. Use the template provided only to respond.Your completed response should be no more than 2 pages of A4. The completed document should be uploaded and titled 4C1.2. This is a pass/fail question. If examples are not provided, this will result in a fail. If the examples provided do not demonstrate the required level of experience, this will result in a fail.With reference to SPD question 4C7 NHS Greater Glasgow and Clyde is committed to being a Net Zero organisation by 2040 and our supply chain plays a crucial role in this. We want to see that our suppliers are committed to government targets/guidance of Net Zero and we would like the supplier to demonstrate how their products will assist us on that journey, in terms of sharing their Net Zero or Sustainability strategies. The supplier should be seen to be embedding Circular Economy Strategies across all business processes and functions;-The supplier should provide details of their Net Zero Strategy/ Sustainability Strategy in order to reduce their carbon emissions.The supplier should eliminate all non-essential packaging, and where packaging is essential, the supplier should remove this from site for their own recycling.The supplier should use bulk deliveries to reduce carbon emissions.The supplier should reduce single use plastic. Where single use plastic is essential, it should be 100% recyclable.The supplier should provide evidence of Environmental standards and Green House Gas emission (GHG) readings.The supplier should advise if materials used within their products are supporting a circular economy.The supplier should ensure that vehicles are switched off when not on use on NHS sites.With reference to SPD question 4C10 Tenderers are required to provide details of the proportion (i.e. percentage) of the contract that they intend to subcontract.Minimum level(s) of standards required:With reference to SPD question 4D1 Tenderers must evidence or commit to obtain ISO9001 or other documented quality management system endorsed by the tenderers chief executive or equivalent.With reference to SPD question 4D1 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-standardsWith reference to SPD question 4D2 Tenderers must evidence or commit to obtain ISO14001 or other documented quality management system endorsed by the bidder’s chief executive or equivalent.III.2) Conditions related to the contractSection IV: ProcedureIV.1) DescriptionIV.1.1) Type of procedure Open procedure IV.1.8) Information about Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes IV.2) Administrative informationIV.2.2) Time limit for receipt of tenders or requests to participate Date: 08/11/2024 Local time: 13:00IV.2.4) Languages in which tenders or requests to participate may be submittedENIV.2.7) Conditions for opening of tenders Date: 08/11/2024 Local time: 14:00Section VI: Complementary informationVI.1) Information about recurrence This is a recurrent procurement: No VI.3) Additional informationNOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=778889.The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://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:A scoreable question has been included as part of this tender exercise as follows:Please provide any proposed community benefits that will be developed and delivered as part of the contract if successful or, alternatively, potential framework participants confirm that they will engage with NHSS Community Benefit 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.(SC Ref:778889)Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=778889VI.4) Procedures for reviewVI.4.1) Review bodyGlasgow Sheriff Court1 Carlton PlaceGlasgowG5 9DAUKVI.5) Date of dispatch of this notice09/10/2024 Coding Commodity categories ID Title Parent category 38527200DosimetersScanners38341200Radiation dosimetersApparatus for measuring radiation38341600Radiation monitorsApparatus for measuring radiation Delivery locations ID Description 100UK - All Alert region restrictions The buyer has restricted the alert for this notice to suppliers based in the following regions. ID Description There are no alert restrictions for this notice. About the buyer Main contact:Emma.Watt5@nhs.scotAdmin contact:N/aTechnical contact:N/aOther contact:N/a Further information Date Details No further information has been uploaded.

Country
Language
English
Organization
Published Date
12.10.2024
Deadline Date
08.11.2024
Overview
Personal Dosimetry Service NHS Greater Glasgow and Clyde Personal Dosimetry ServiceNHS GG&C are seeking a contractor to provide a comprehensive personal dosimetry service for approximately 2000 personal working in a healthcare environment which includes HSE recognised dosimeters for whole body, eye, extremity dose assessments, maintenance of records and environmental & Radon monitoring. The service will cover 2 Health Boards; Greater Glasgow and Clyde and Forth Valley. Reference no:OCT492424 Published by:NHS Greater Glasgow and Clyde Published to:External Deadline date:08/11/2024 Notice Type:Contract notice OCID:ocds-h6vhtk-04a6f1 Location: UK - All UK - All Value:- Summary OCID:ocds-h6vhtk-04a6f1Published by:NHS Greater Glasgow and ClydeAuthority ID:AA20840Publication date:13 October 2024Deadline date:08 November 2024Notice type:Contract NoticeHas documents:NoHas SPD:NoHas Carbon Reduction Plan:N/A Abstract NHS GG&C are seeking a contractor to provide a comprehensive personal dosimetry service for approximately 2000 personal working in a healthcare environment which includes HSE recognised dosimeters for whole body, eye, extremity dose assessments, maintenance of records and environmental & Radon monitoring. The service will cover 2 Health Boards; Greater Glasgow and Clyde and Forth Valley. Full notice text Contract noticeSection I: Contracting authority I.1) Name and addressesNHS Greater Glasgow and ClydeProcurement Department, Glasgow Royal Infirmary, 84 Castle StreetGlasgowG4 0SFUK Contact person: Emma Watt Telephone: +44 1412015354 E-mail: Emma.Watt5@nhs.scot NUTS: UKM82Internet address(es) Main address: http://www.nhsggc.scot/about-us/procurement/ Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10722I.1) Name and addressesNHS Forth ValleyTrust Headquarters, Carseview Castle Business ParkStirlingFK9 4SWUK Telephone: +44 1786463031 E-mail: david.logie@nhs.scot NUTS: UKM76Internet address(es) Main address: http://www.nhsforthvalley.com Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00067I.2) Joint procurementThe contract involves joint procurementI.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:https://www.publiccontractsscotland.gov.uk/Additional information can be obtained from the abovementioned addressTenders or requests to participate must be sent electronically to:https://www.publiccontractsscotland.gov.uk/I.4) Type of the contracting authorityBody governed by public lawI.5) Main activityHealthSection II: ObjectII.1) Scope of the procurementII.1.1) TitlePersonal Dosimetry Service Reference number: GGC0902II.1.2) Main CPV code38341200 II.1.3) Type of contractSuppliesII.1.4) Short descriptionNHS GG&C are seeking a contractor to provide a comprehensive personal dosimetry service for approximately 2000 personal working in a healthcare environment which includes HSE recognised dosimeters for whole body, eye, extremity dose assessments, maintenance of records and environmental & Radon monitoring. The service will cover 2 Health Boards; Greater Glasgow and Clyde and Forth Valley.II.1.5) Estimated total valueValue excluding VAT: 257 000.00 GBPII.1.6) Information about lots This contract is divided into lots: No II.2) DescriptionII.2.2) Additional CPV code(s)3834160038527200II.2.3) Place of performanceNUTS code:UKM8II.2.4) Description of the procurementNHS GG&C are seeking a contractor to provide a comprehensive personal dosimetry service for approximately 2000 personal working in a healthcare environment which includes HSE recognised dosimeters for whole body, eye, extremity dose assessments, maintenance of records and environmental & Radon monitoring. The service will cover 2 NHS Health Boards; Greater Glasgow and Clyde and Forth Valley.II.2.5) Award criteriaCriteria below: Quality criterion: Quality / Weighting: 40 Cost criterion: Cost / Weighting: 60II.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:2 x 12 month extensionsII.2.9) Information about the limits on the number of candidates to be invitedII.2.10) Information about variants Variants will be accepted: No II.2.11) Information about options Options: No II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: No Section III: Legal, economic, financial and technical informationIII.1) Conditions for participationIII.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:Tenderers must complete the Single Procurement Document (SPD) via Public Contract Scotland portal link. Tenderers must read the SPD in conjunction with all the sections set out below.With reference to SPD question 4A2A Tenderers 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 dosemeters and maintenance of records. This is a PASS/FAIL question.With reference to SPD question 4A2A Tenderers are required to confirm they (or can commit to obtain prior to the commencement of any subsequently awarded contract) work to Ionising Radiation Regulations 2017 (IRR17). This is a PASS/FAIL question.III.1.2) Economic and financial standingList and brief description of selection criteria:With reference to SPD question 4B1a, Tenderers are required to state turnover for the last three (3) financial years.Mandatory criteria: Turnover for each year stated must be at least 2 times the estimated contract value stated in the Contract Notice.Evidence: copies of audited accounts or equivalent for the number of years stated.With reference to SPD question 4B6, 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: >0.99Net Profit Margin of the Company (net profits divided by revenue x100) -- Acceptable Range is >0 (i.e. positive)Tenderers should be able to provide financial accounts when requested by NHSGGCMinimum level(s) of standards required:With reference to SPD question 4B5b 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 4B5c Tenderers must hold and evidence Public 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.Any Tenderers 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.III.1.3) Technical and professional abilityList and brief description of selection criteria:With reference to SPD question 4C1.2 Tenderers are required to provide 3 examples, from the last 3 years that demonstrate they have the relevant experience to deliver the service. Use the template provided only to respond.Your completed response should be no more than 2 pages of A4. The completed document should be uploaded and titled 4C1.2. This is a pass/fail question. If examples are not provided, this will result in a fail. If the examples provided do not demonstrate the required level of experience, this will result in a fail.With reference to SPD question 4C7 NHS Greater Glasgow and Clyde is committed to being a Net Zero organisation by 2040 and our supply chain plays a crucial role in this. We want to see that our suppliers are committed to government targets/guidance of Net Zero and we would like the supplier to demonstrate how their products will assist us on that journey, in terms of sharing their Net Zero or Sustainability strategies. The supplier should be seen to be embedding Circular Economy Strategies across all business processes and functions;-The supplier should provide details of their Net Zero Strategy/ Sustainability Strategy in order to reduce their carbon emissions.The supplier should eliminate all non-essential packaging, and where packaging is essential, the supplier should remove this from site for their own recycling.The supplier should use bulk deliveries to reduce carbon emissions.The supplier should reduce single use plastic. Where single use plastic is essential, it should be 100% recyclable.The supplier should provide evidence of Environmental standards and Green House Gas emission (GHG) readings.The supplier should advise if materials used within their products are supporting a circular economy.The supplier should ensure that vehicles are switched off when not on use on NHS sites.With reference to SPD question 4C10 Tenderers are required to provide details of the proportion (i.e. percentage) of the contract that they intend to subcontract.Minimum level(s) of standards required:With reference to SPD question 4D1 Tenderers must evidence or commit to obtain ISO9001 or other documented quality management system endorsed by the tenderers chief executive or equivalent.With reference to SPD question 4D1 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-standardsWith reference to SPD question 4D2 Tenderers must evidence or commit to obtain ISO14001 or other documented quality management system endorsed by the bidder’s chief executive or equivalent.III.2) Conditions related to the contractSection IV: ProcedureIV.1) DescriptionIV.1.1) Type of procedure Open procedure IV.1.8) Information about Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes IV.2) Administrative informationIV.2.2) Time limit for receipt of tenders or requests to participate Date: 08/11/2024 Local time: 13:00IV.2.4) Languages in which tenders or requests to participate may be submittedENIV.2.7) Conditions for opening of tenders Date: 08/11/2024 Local time: 14:00Section VI: Complementary informationVI.1) Information about recurrence This is a recurrent procurement: No VI.3) Additional informationNOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=778889.The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://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:A scoreable question has been included as part of this tender exercise as follows:Please provide any proposed community benefits that will be developed and delivered as part of the contract if successful or, alternatively, potential framework participants confirm that they will engage with NHSS Community Benefit 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.(SC Ref:778889)Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=778889VI.4) Procedures for reviewVI.4.1) Review bodyGlasgow Sheriff Court1 Carlton PlaceGlasgowG5 9DAUKVI.5) Date of dispatch of this notice09/10/2024 Coding Commodity categories ID Title Parent category 38527200DosimetersScanners38341200Radiation dosimetersApparatus for measuring radiation38341600Radiation monitorsApparatus for measuring radiation Delivery locations ID Description 100UK - All Alert region restrictions The buyer has restricted the alert for this notice to suppliers based in the following regions. ID Description There are no alert restrictions for this notice. About the buyer Main contact:Emma.Watt5@nhs.scotAdmin contact:N/aTechnical contact:N/aOther contact:N/a Further information Date Details No further information has been uploaded.
NAICS
Business All Other Professional Navigational Other Direct Insurance (except Life Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Regulation Regulation and Administration of Communications Religious Justice Other Professional Turned Product and Screw Other Justice Regulation Direct Insurance (except Life Executive Regulation and Administration of Communications Direct Life Measuring Navigational Executive Other Similar Organizations (except Business Environment All Other Professional General Freight Trucking Management Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Professional Process Funds
CPVS
Gases Profiles System, storage and content management software package Switches Mains Control, safety, signalling and light equipment Nuts Sections Lavatory seats, covers, bowls and cisterns Dosimeters Boards Carbon Records Safety cases Other community, social and personal services Templates Supports System, storage and content management software development services Parts of chain Chain Vats Parts of other vehicles Other services Electronic, electromechanical and electrotechnical supplies Dates
UNSPSC
Netting Profiles House Chains Nuts Templates Boards Awards Business cases Liability insurance Single room Drugs affecting the ears, eye, nose and skin Case making services Packaging case Coffee, green Financial Instruments, Products, Contracts and Agreements
Regions
Europe Northern Europe
Sectors
Healthcare and Medicine Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Human Resource-HR Banking-Finance-Insurance Postal and Courier Services Roads and Highways-Bridge Oil and Gas Infrastructure Law and Legal Environmental Work Printing and Publishing Cement and Asbestos Products Railways-Rail-Railroad Information Technology-IT Plastic and Rubber Defence and Security Electricity Construction Energy-Power and Electrical Computer Hardwares and Consumables Electronics Construction Materials Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert