Section one: Contracting authority
one.1) Name and addresses
NHS Tayside
Ninewells Hospital
Dundee
DD1 9SY
Contact
Carol Mackie
Telephone
+44 1382660111
Fax
+44 1382496253
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
http://www.nhstayside.scot.nhs.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00154
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.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
CON/018/21 Community Asymptomatic Testing Service
Reference number
CON/018/21
two.1.2) Main CPV code
- 85323000 - Community health services
two.1.3) Type of contract
Services
two.1.4) Short description
The purpose of this procurement is to contract with a third party to support the provision of Community Asymptomatic testing in Tayside from December 2021 to March 2022
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)
- 85323000 - Community health services
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Various sites in Angus, Dundee and Perth & Kinross
two.2.4) Description of the procurement
NHS Boards in Scotland have been encouraged by the Scottish Government to develop plans to implement supported asymptomatic COVID-19 testing to complement the current suite of COVID-19 testing.
The purpose of this procurement is to contract with a third party to support the provision of Community Asymptomatic Testing in Tayside, working with the Local Resilience Partnership (LRP) from December 2021 to March 2022
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
4
This contract is subject to renewal
Yes
Description of renewals
Option to extend for further four 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.1.2) Economic and financial standing
List and brief description of selection criteria
The following list provides details of the sections within the Single Procurement Document (Scotland) that must be completed. The SPD (Scotland) is located within the ITT referenced in this Contract Notice.
Bidders will be required to have a minimum “general” yearly turnover of GBP for the last 3 years.
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Professional Risk Indemnity = 5,000,000GBP
Employer’s (Compulsory) Liability Insurance = 5,000,000GBP
Public Liability Insurance = 5,000,000GBP
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part 2.4 of the Contract Notice.
Contractors will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control.
Contractors will be required to confirm their average annual manpower for the last 3 years.
Contractors will be required to confirm their number of managerial staff for the last 3 years.
Contractors will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
If awarded to the Contract Potential Contractors must provide evidence that tendered products are CE marked, where appropriate. Evidence should be in form of certification issued by a notified body.
Quality Management Procedures:
1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),
OR
2. The bidder must have the following:
a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and
set out responsibilities for quality management throughout the organisation.
b. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder’s quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of output and general performance
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
30 September 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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
1 October 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 invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19476. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:664666)
six.4) Procedures for review
six.4.1) Review body
Dundee Sherriff Court
Dundee
Country
United Kingdom