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
matthew.alexander2@ggc.scot.nhs.uk
Telephone
+44 7980771531
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
http://www.nhsggc.scot/about-us/procurement/
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
https://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
https://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
Procedure Packs
Reference number
GGC0768
two.1.2) Main CPV code
- 33140000 - Medical consumables
two.1.3) Type of contract
Supplies
two.1.4) Short description
NHS Greater Glasgow & Clyde require a consistent and reliable supply of Custom Theatre and Renal Packs for use in departments across the health board.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Obstetrics
Lot No
1
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
NHS Greater Glasgow & Clyde
two.2.4) Description of the procurement
Delivery Pack
GG&C C section Pack
GG&C Forceps/Perineal Repair Pack
Please see Appendix 1- Lots 1-9 Specifications for further information
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 50
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
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
two.2) Description
two.2.1) Title
Gynaecology/Urology
Lot No
2
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
NHS Greater Glasgow & Clyde
two.2.4) Description of the procurement
GG&C Basic Gyn Pack
GG&C Gyn Laparoscopy Pack
Hysteroscopy Pack
Southern General TUR Pack
For further information, please see Appendix 1- Lots 1-9 Specifications
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 50
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
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
two.2) Description
two.2.1) Title
ENT/Ophthalmic
Lot No
3
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
NHS Greater Glasgow & Clyde
two.2.4) Description of the procurement
Major Ear Pack Southern General
Nasal pack Southern General
Standard Opthalmic Pack
Intra Occular Pack
For further information, please see Appendix 1- Lots 1-9 Specifications
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 50
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
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
two.2) Description
two.2.1) Title
General
Lot No
4
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
NHS Greater Glasgow & Clyde
two.2.4) Description of the procurement
Basic General Pack
Colorectal Pack
Laser Pack Southern General
Major Pack
Southern General Multi-Purpose Pack
Laparoscopic Pack
For further information, please see Appendix 1- Lots 1-9 Specifications
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 50
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
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
two.2) Description
two.2.1) Title
Minor
Lot No
5
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
NHS Greater Glasgow & Clyde
two.2.4) Description of the procurement
Anaesthetic Pack
Biopsy Pack - Gartnavel
Central Line Insertion Pack
Central Line Pack GG&C
For further information, please see Appendix 1- Lots 1-9 Specifications
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 50
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
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
two.2) Description
two.2.1) Title
Neurosurgery/Endovascular
Lot No
6
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
NHS Greater Glasgow & Clyde
two.2.4) Description of the procurement
Southern General Spinal Pack
X RAY Pack Neuro
Radiology pack
For further information, please see Appendix 1- Lots 1-9 Specifications
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 50
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
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
two.2) Description
two.2.1) Title
Oral and Maxillofacial Surgery (OMFS)
Lot No
7
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
NHS Greater Glasgow & Clyde
two.2.4) Description of the procurement
Free Flap Part 1 Pack
Free Flap Part 2 Pack
Minor Max Fax Pack
Craniotomy Pack
For further information, please see Appendix 1- Lots 1-9 Specifications
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 50
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
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
two.2) Description
two.2.1) Title
Orthopaedic
Lot No
8
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
NHS Greater Glasgow & Clyde
two.2.4) Description of the procurement
Arthroscopy with Pouch
DHS Pack
DHS Pack
Day Surgery Hand Pack
Glasgow royal Infirmary Joint replacement
Hand Pack
Hip CPT Pack
Knee Arthroscopy ACH New Victoria
Knee CPT Pack
QEUH Hand Pack
QEUH Hemi Arthroplasty Pack
QEUH Hip Pinning Pack
QEUH Hip pack
QEUH Leg Pack
QEUH Major Arthroplasty Pack
Shoulder Beach Chair
Shoulder Pack
Shoulder Scope Pack
Standard Hip pack
Total knee CPT pack
Trauma Ortho Pack
Vale of Levin-Arthroscopy
For further information, please see Appendix 1- Lots 1-9 Specifications
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 50
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
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
two.2) Description
two.2.1) Title
Renal
Lot No
9
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
NHS Greater Glasgow & Clyde
two.2.4) Description of the procurement
CVC ON
CVC OFF
AVF ON
AVF OFF
For further information, please see Appendix 1- Lots 1-9 Specifications
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 50
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
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
With reference to SPD Question 4A.1, tenderers must be registered with Companies House
three.1.2) Economic and financial standing
List and brief description of selection criteria
With reference to SPD Question 4B.1.1, tenderers must provide their 'general' yearly turnover for the last two (2) financial years. Turnover for each year stated must be at least twice the estimated annual contract value.
With reference to SPD Question 4B.4, tenderers are required to state the value for the Current Ratio/Liquidity Ratio (Total current assets divided by total current liabilities). The acceptable range for this financial ratio is >0.99.
With reference to SPD Question 4B.4, tenderers are required to state the value for the Net Profit Margin (Net profits divided by revenue x 100). The acceptable range for this financial ratio is >0 (i.e. positive).
Copies of audited accounts or equivalent for the number of years stated must be provided when requested by NHSGGC.
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 in respect of each and every claim. If tenderers do not currently have this level of insurance, they must agree to put it in place prior to contract commencement.
With reference to SPD Question 4B.5.2 Tenderers must hold and evidence Public Liability Insurance = GBP5m in respect of each and every claim. If tenderers do not currently have this level of insurance, they must agree to put it in place prior to contract commencement.
three.1.3) Technical and professional ability
List and brief description of selection criteria
With reference to SPD Question 4C.1.2 Tenderers must provide five (5) examples of providing similar products and services required of this contract within a healthcare facility where the volumes were of comparable (or greater) scale. You should use the template provided in the qualification envelope of PCS-Tender. Your completed response should be uploaded to question 4C.1.2 of the qualification envelope on PCS-Tender.
With reference to SPD Question 4C.3, tenderers must provide details of the relevant quality assurance measures that ensure consistent quality within your organisation's supply chain.
With reference to SPD Question 4C.4, tenderers must provide details of the relevant supply chain management and/or systems used that ensure efficiency within your organisation's supply chain.
With reference to SPD Question 4C.11, tenderers must confirm that they will provide product samples for evaluation. Tenderers must be able to provide products included within the scope of this contract that meet the following criteria:
-CE or UKCA marked
-Single-use
-Latex-fee
-Sterile
-Proof of CE or UKCA certification
Minimum level(s) of standards possibly required
With reference to SPD Question 4D.1, tenderers must hold and evidence or commit to obtain, within 6 months of the contract start date, a whistleblowing policy consistent with the National Whistleblowing Standards that can be found at the following link: https://inwo.spso.org.uk/national-whistleblowing-%20standards
With reference to SPD Question 4D.1, tenderers must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent)
With reference to SPD Question 4D.2, tenderers must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate.
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 September 2022
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
26 September 2022
Local time
2:00pm
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. The Project code is 22188. 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:
Not suitable
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Potential framework participants are required to summarise any proposed community benefits that will be developed and delivered as part of this contract if successful or, alternatively, potential framework participants confirm that they will engage with the NHS Scotland’s Community Benefits Gateway (CBG). This gateway, developed through requests from suppliers seeking opportunities to support the delivery of community benefits within the contracting region, provides information on community benefit opportunities. The CBG is a free and easy to use online service that connects NHS Scotland suppliers with third sector community organisations within Scotland and will be used for tracking and reporting and is an approved compliant route to the realisation of community benefits.
For further information please visit https://www.nss.nhs.scot/procurement-and-logistics/sustainability/access-our-community-benefit-gateway/
(SC Ref:704630)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
Glasgow
Country
United Kingdom