Opportunity

Supply of O18 Water

  • NHS Greater Glasgow and Clyde

F02: Contract notice

Notice reference: 2021/S 000-002619

Published 9 February 2021, 2:48pm



Section one: Contracting authority

one.1) Name and addresses

NHS Greater Glasgow and Clyde

Procurement Department, Glasgow Royal Infirmary, 84 Castle Street

Glasgow

G4 0SF

Contact

Gloria Montgomery

Email

Gloria.Montgomery@ggc.scot.nhs.uk

Telephone

+44 1412116301

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

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

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10722

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publictendersscotland.publiccontractsscotland.gov.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

www.publictendersscotland.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply of O18 Water

Reference number

GGC0671

two.1.2) Main CPV code

  • 33140000 - Medical consumables

two.1.3) Type of contract

Supplies

two.1.4) Short description

New tender for the provision of O18 Water supply for the production of 18F for use in 18F-FDG production at PET RPU

two.1.5) Estimated total value

Value excluding VAT: £240,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

West of Scotland PET Radiopharmaceutical Production Unit, Gartnavel Hospital, 1053 Great Western Road, Glasgow, G12 0YN

two.2.4) Description of the procurement

New tender for the provision of O18 Water supply for the production of 18F for the use in 18F-FDG production at PET RPU Glasgow.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Cost criterion - Name: Cost / Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £240,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

This is a 2 year contract with the option to extend for 3 x 12 month periods.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Please refer to Invitation to tender documents (ITT)

three.1.2) Economic and financial standing

List and brief description of selection criteria

With reference to SPD question 4B.6 - NHSGG&C will use its financial evaluation matrix which can be downloaded from the attachments area on PCS-Tender to assess the financial stability of tenderers. Tenderers should complete the evaluation matrix spread sheet included in the tender documents and confirm they meet the minimum requirement score. tenderers with a score of 50 and above will be deemed to have evidenced satisfactory financial stability. This is a pass/fail question. Failure to provide this information will result in your tender being rejected. Tenderers must be able to provide financial accounts when requested by NHSGG&C.

Minimum level(s) of standards possibly required

With reference to SPD question 4B.5.1b, 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. This is a pass/fail question.

With reference to SPD question 4B.5.2 tenderers must hold and evidence Public Liability Insurance = GBP10m. If tenderers do not currently have this level of insurance they must agree to put it in place prior to contract commencement. This is a pass/fail question.

three.1.3) Technical and professional ability

List and brief description of selection criteria

With reference to SPD question 4C.1.2, tenderers are required to provide examples that demonstrate they have the relevant experience to deliver the service. Examples must be from with in the last 3 years. You should use the attached template to provide 2 examples that demonstrates experience that is relevant to this procurement exercise. Your completed response should be no more than 2 pages of A4. The completed document should be uploaded to question 4C.1.2 This is a pass/fail question. If examples are not provided your tender will be rejected. If the examples provided do not demonstrate the required level of experience, your tender will be rejected.

Minimum level(s) of standards possibly required

With reference to SPD question 4D.1, tenderers must hold and evidence an accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent). This is a pass/fail question.

With reference to SPD question 4D.1, tenderers must hold and evidence an accredited independent third party certificate of compliance in accordance with BS EN ISO 14001 (or equivalent). This is a pass/fail question.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As per procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

12 March 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 17 April 2023

four.2.7) Conditions for opening of tenders

Date

12 March 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. For more information see: http://www.publiccontractsscotland.gov.uk

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk

A summary of the expected community benefits has been provided as follows:

A non scoreable question will be added.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 16900. 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: Bidders must demonstrate how they propose to deliver any social, economic and environmental benefits as set out in the attached “Better health through employment document” and how any deviations will be remedied. Note, it is not sufficient to simply state adherence, bidders must provide sufficient evidence to allow the bid assessment team to be satisfied this requirement will be met. This may include but not be limited to: procedures and protocols, staff responsibilities, management information statistics.

(SC Ref:635705)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9TW

Country

United Kingdom

Internet address

www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court