Tender

Phacoemulsification Machines and Consumables

  • NHS Greater Glasgow and Clyde

F02: Contract notice

Notice identifier: 2021/S 000-011029

Procurement identifier (OCID): ocds-h6vhtk-02b286

Published 19 May 2021, 9:05am



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

Email

ian.pyper@ggc.scot.nhs.uk

Telephone

+44 1412015393

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

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