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
Telephone
+44 1412015393
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
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
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
Phacoemulsification Machines and Consumables
Reference number
GGC0687
two.1.2) Main CPV code
- 33122000 - Ophthalmology equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Procurement of Phacoemulsification machines, associated hand pieces, associated suction cassettes and a procedure pack as detailed in
the specification. NHS Greater Glasgow and Clyde requires that the Phacoemulsification machines and associated hand pieces are provided
free on loan with no up front cost for the duration of the contract period.
two.1.5) Estimated total value
Value excluding VAT: £5,600,000
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
Sites covered by the NHS Greater Glasgow and Clyde Health Board
two.2.4) Description of the procurement
The Procurement of Phacoemulsification machines, associated hand pieces, associated suction cassettes and a procedure pack as detailed in
the specification. NHS Greater Glasgow and Clyde requires that the Phacoemulsification machines and associated hand pieces are provided
free on loan with no up front cost for the duration of the contract.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Cost criterion - Name: Commercial / Weighting: 50
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 month extensions
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.1.2) Economic and financial standing
List and brief description of selection criteria
With reference to ESPD question 4B.6 - NHSGG&C will use it's financial evaluation matrix to assess the financial stability of tenders.
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. Tenderers
should be able to provide financial accounts when requested by the NHSGG&C.
Minimum level(s) of standards possibly required
With reference to ESPD question 4B.5 it is a requirement of this contract that bidders hold, or can commit to obtain prior commencement
of any subsequently awarded contract, the types and levels of insurance indicated below.
With reference to ESPD 4B.5.1b Employers, (Compulsory) Liability Insurance = 10000000GBP
With reference to ESPD 4B.5.2 Public Liability Insurance = 5000000GBP
With reference to ESPD 4B.5.1a Professional Indemnity Insurance = 2000000GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
With reference to ESPD question 4C1.2 Tenderers must provide details of four (4) examples of the organisation’s experience in delivering
and commissioning services similar to those described, examples must be from within the last 3 years and be on a similar scale to this
Project. Your response should clearly indicate who the customer is in each example.
With reference to ESPD question 4C.9 Tenderers must provide full details of your policy and procedures in relation to the supply of loan
equipment.
Minimum level(s) of standards possibly required
EU Good Manufacturing Practice
With reference to ESPD question 4.D1 Tenderers must hold and evidence ISO9001:2015 Quality Management Systems or equivalent.
Failure to provide any of the details required will result in a non-compliant tender and may be rejected.
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
21 June 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
Duration in months: 9 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
23 June 2021
Local time
1:00pm
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 Tender will be evaluated based on the Most Economically Advantageous Tender (MEAT) Only the top 2 scoring contractors will be taken to the clinical trial.
Award Criteria
Tender responses will be evaluated against the award criteria detailed below.
First Stage – Selection Criteria – All tenderers passing this stage will be taken to the next stage
Second Stage – Mandatory Requirements – All tenderers passing this stage will be taken to the next stage
Third Stage - Quality & Technical Response (27%) – Only the top two scoring tenderers will be taken to the next stage.
Fourth Stage - Clinical evaluation (23%) – the top two scoring tenderers will be taken to the final stage. The
Short-listed candidates will be invited to have their Machines evaluated in a clinical environment.
It is expected that the trials will last for 2 weeks, with Machines and consumables being offered free for the duration of the trial.
Final Stage – Quality Score and Commercial Costs – This will identify the Most Economical Advantageous Tenderer.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 14479. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18623. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
Sub-contracting is not an acceptable requirement for this Contract.
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 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:
In the Tender Submission, the bidder will be required to detail any social, economic and environmental benefits associated with contract
performance during the contract term in the event of their appointment, in particular, but not limited to any of the following areas:
Social benefits eg: jobs, work experience, training, apprenticeships and mentoring.
Economic benefits eg: use of Small, Medium Enterprises, promotion of opportunities to Social Enterprises and the Voluntary Sector,
community consultation, young person engagement and community sponsorship. Environmental benefits eg: public art projects,
community improvement projects, resources for community, environmental initiatives and physical infrastructure.
If there will be no Community benefits, the bidder should state this in the submission. If there will be Community benefits, the tender
submission should include a methodology/plan/statement as to how this will be delivered. There will be a non evaluated question within the
Invitation to Tender.
(SC Ref:597419)
(SC Ref:652995)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court & Justice of the Peace Court
1 Carlton Place
Glasgow
G5 9TW
Telephone
+44 1414298888
Country
United Kingdom