Tender

Procedure Packs

  • NHS Greater Glasgow and Clyde

F02: Contract notice

Notice identifier: 2022/S 000-024013

Procurement identifier (OCID): ocds-h6vhtk-036395

Published 26 August 2022, 3:05pm



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

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