Section one: Contracting authority
one.1) Name and addresses
NHS Greater Glasgow and Clyde
eHealth Procurement Office, Westward House, 15-17 St James Street
Paisley
PA3 2HJ
Contact
Louise Gunson
Telephone
+44 1412782765
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
http://www.nhsggc.org.uk/about-us/procurement/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10722
one.3) Communication
The 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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.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
GG&C Dental EPR System
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.1.4) Short description
Invitation to Tender (ITT) for a Dental EPR Charting solution within NHS Greater Glasgow & Clyde (NHSGGC)
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The current process for dental charting within the Glasgow Dental Hospital and School relies on paper templates. These are part of, or held within, separate written clinical records. This includes communication with dental laboratories when commissioning the construction of medical devices. These partner with electronic records to record attendance, communications and medical images. This process, although contemporaneous and ultimately functional, is not efficient within the delivery of contemporary day-to-day practice when sharing, storing, or recovering data.
Therefore there is a requirement for an electronic dental charting program that will fit within NHS Greater Glasgow and Clyde’s framework of clinical record management and addresses the parameters specified in attached ITT.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Lifecycle Costs / Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
2 x 12 months
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
Economic operators may be excluded from this competition if they are in breach of any of the situations referred to in regulation 58 of the
Public Contracts (Scotland) Regulations 2015
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
With reference to SPD questions 4.B.1.1 – tenderers must provide their (“general”) Turnover for the last three (3) financial years.
Mandatory criteria: Turnover for each year stated must be at least twice the estimated contract value stated in the Contract Notice.
Evidence: copies of accounts or equivalent for the number of years stated. This is a pass/fail question. Failure to provide this information
will result in your bid being rejected.
With reference to SPD question 4B.4 - tenderers must provide the following ratios for at least the three most recent financial years.
- Current Ratio (Liquidity Ratio) of the Company (total current assets divided by total current liabilities) — Acceptable Range is >0.99
- Net Profit Margin of the Company (net profits divided by revenue x100) -- Acceptable Range is >0 (i.e. positive)
These ratios will be used to assess the tenderer's financial strength and security; and to determine whether a parent company guarantee or another instrument may be required by the Authority.
This is a pass/fail question. Failure to provide this information will result in your bid being rejected. Failure to score above the acceptable ranges will result in your bid being rejected.
Tenderers should be able to provide financial accounts when requested by NHS GG&C
With reference to SPD question 4B.5.1.a - tenderers must hold and evidence Professional Risk Indemnity Insurance: GBP 2,000,000 in
respect of each and every claim. If tenderers do not currently have this level of insurance, they must agree to put in place prior to contract commencement
With reference to SPD questions 4B.5.1.b – tenderers must hold employers’ liability insurance: GBP 5,000,000 in respect of each and
every claim unless you are exempt from the Employers’ Liability (Compulsory Insurance) Act – and you must be able to provide evidence
of exemption. If tenderers are not exempt and do not currently have this level of insurance, they must agree to put in place prior to contract commencement
With reference to SPD question 4B.5.2 - tenderers must hold and evidence Public Liability Insurance: GBP 10,000,000 in respect of each
and every claim. If tenderers do not currently have this level of insurance, they must agree to put in place prior to contract commencement
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
Tenderers must demonstrate that they have a sufficient and appropriate general and relevant experience to perform the services and the
extent of experience necessary to deliver the range of the managed services all as described in this contract notice and associated Invitation
to Tender documents. In response to SPD, Part IV, Section C (Technical and Professional Ability) question 4C.1, tenderers must provide
three examples of works of similar scale and complexity to those described in the procurement documents, delivered within a similar live
environment.
With reference to SPD question 4D.1 – the tenderer must provide evidence of ISO9001 or other documented quality management system
endorsed by the bidder’s chief executive or equivalent.
With reference to SPD question 4D.2 - the tenderer must provide evidence of ISO14001 or other documented environmental management
system endorsed by the bidder’s chief executive or equivalent.
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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 April 2022
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: 30 December 2022
four.2.7) Conditions for opening of tenders
Date
26 April 2022
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 payment will be used
six.3) Additional information
Please see attached document
NOTE: 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=687792.
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.
(SC Ref:687792)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9TW
Telephone
+44 1414298888
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures:
Economic Operators should approach the board in the first instance. However only formal remedy is to apply to the courts.
An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts
(Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of
Session.