Section one: Contracting authority
one.1) Name and addresses
NHS Greater Glasgow and Clyde
eHealth Contracts & Procurement Team, Westward House, 15-17 St James Street,
Paisley
PA3 2HJ
Contact
Louise Gunson
Telephone
+44 1412782765
Country
United Kingdom
NUTS code
UKM8 - West Central Scotland
Internet address(es)
Main address
https://www.nhsggc.org.uk/about-us/procurement/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10722
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.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.publiccontractsscotland.gov.uk/
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.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
GG&C Pharmacy Managment System
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.1.4) Short description
This procurement seeks to meet NHS GG&C requirements for a new design, supply, implementation and support for a new Pharmacy Management System.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72500000 - Computer-related services
- 72200000 - Software programming and consultancy services
- 72263000 - Software implementation services
- 72268000 - Software supply services
- 72416000 - Application service providers
- 72610000 - Computer support services
two.2.3) Place of performance
NUTS codes
- UKM8 - West Central Scotland
Main site or place of performance
NHs Greater Glasgow & Clyde
two.2.4) Description of the procurement
The current Pharmacy management system is in use across the Acute and mental health Pharmacy sites within NHS GGC and Argyll sites of NHS Highland delivered to approximately 700 users. The Argyll sites are supplied by NHSGGC Pharmacy’s centralised distribution centre.
NHSGGC’s current pharmacy management system provides a range of functionality including:
- Pharmacy stockholdings (Table 3.1 – Stockholdings)
- Dispensing
- Aseptic (out of scope for this procurement)
- Ward stock ordering
The current system integrates with a number of third-party systems and devices including:
- Robotics
NHS GG&C have a requirement to for a new Pharmacy Management system across NHS Greater Glasgow & Clyde (NHSGGC). While this procurement will deliver core functionality to hospital Pharmacy departments it must also be capable of integrating with other systems as a core requirement; including integration with the existing HEPMA solution and delivering on new functionality for Homecare Patient management and to accommodate dm+d coding structure.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
Consideration for renewal towards end of the contract
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
Economic operators may be excluded from this competition if they are in breach of any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015
three.1.2) Economic and financial standing
List and brief description of selection criteria
Minimum level(s) of standards required:
With reference to SPD questions 4.B.1.1 – tenderers must provide their (“general”) Turnover for the last three (3) financial years. Mandatory criteria: Turnover for each year stated must be at least twice the estimated contract value stated in the Contract Notice. Evidence: copies of accounts or equivalent for the number of years stated. This is a pass/fail question. Failure to provide this information will result in your bid being rejected.
With reference to SPD question 4B.4 - tenderers must provide the following ratios for at least the three most recent financial years.
- Current Ratio (Liquidity Ratio) of the Company (total current assets divided by total current liabilities) — Acceptable Range is >0.99
- Net Profit Margin of the Company (net profits divided by revenue x100) -- Acceptable Range is >0 (i.e. positive)
These ratios will be used to assess the tenderer's financial strength and security; and to determine whether a parent company guarantee or another instrument may be required by the Authority.
This is a pass/fail question. Failure to provide this information will result in your bid being rejected. Failure to score above the acceptable ranges will result in your bid being rejected.
Tenderers should be able to provide financial accounts when requested by NHS GG&C
Minimum level(s) of standards possibly required
With reference to SPD question 4B.5.1.a - tenderers must hold and evidence Professional Risk Indemnity Insurance: GBP 2,000,000 in respect of each and every claim. If tenderers do not currently have this level of insurance, they must agree to put in place prior to contract commencement
With reference to SPD questions 4B.5.1.b – tenderers must hold employers’ liability insurance: GBP 5,000,000 in respect of each and every claim unless you are exempt from the Employers’ Liability (Compulsory Insurance) Act – and you must be able to provide evidence of exemption. If tenderers are not exempt and do not currently have this level of insurance, they must agree to put in place prior to contract commencement
With reference to SPD question 4B.5.2 - tenderers must hold and evidence Public Liability Insurance: GBP 10,000,000 in respect of each and every claim. If tenderers do not currently have this level of insurance, they must agree to put in place prior to contract commencement
three.1.3) Technical and professional ability
List and brief description of selection criteria
Minimum level(s) of standards required:
Tenderers must demonstrate that they have a sufficient and appropriate general and relevant experience to perform the services and the extent of experience necessary to deliver the range of the managed services all as described in this contract notice and associated Invitation to Tender documents. In response to SPD, Part IV, Section C (Technical and Professional Ability) question 4C.1, tenderers must provide three examples of works of similar scale and complexity to those described in the procurement documents, delivered within a similar live environment.
With reference to SPD question 4D.1 – the tenderer must provide evidence of ISO9001 or other documented quality management system endorsed by the bidder’s chief executive or equivalent.
With reference to SPD question 4D.2 - the tenderer must provide evidence of ISO14001 or other documented environmental management system endorsed by the bidder’s chief executive or equivalent.
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
17 December 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
Tender must be valid until: 16 December 2022
four.2.7) Conditions for opening of tenders
Date
17 December 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Estimated at 12 Months prior to end of contract date subject to any extensions as detailed in ITT document attached
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic payment will be used
six.3) Additional information
Due to maximum character limitations, please refer to the document entitled 'Additional Information' in the Additional Documents section
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=673332.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
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:
The Public Sector in Scotland is committed to the delivery of high quality public services, and recognises that this is critically dependent on a workforce that is well-rewarded, well-motivated, well-led, has access to appropriate opportunities for training and skills development, diverse and engaged in decision making. These factors are also important for workforce recruitment and retention, and thus continuity of service.
Public Bodies in Scotland are adopting fair work practices, which include:
A fair and equal pay policy that includes a commitment to supporting the Living Wage, including, for example being a Living Wage Accredited Employer;
clear managerial responsibility to nurture talent and help individuals fulfil their potential, including for example, a strong commitment to Modern Apprenticeships and the development of Scotland's young workforce;
Promoting equality of opportunity and developing a workforce which reflects the population of Scotland in terms of characteristics such as age, gender, religion or belief, race, sexual orientation and disability;
Support for learning and development;
Stability of employment and hours of work, and avoiding exploitative employment practices, including for example no inappropriate use of zero-hours contracts;
Flexible working (including for example practices such as flexi-time and career breaks) and support for family friendly working and wider work life balance;
Support progressive workforce engagement, for example Trade Union recognition and representation where possible, otherwise alternative arrangements to give staff an effective voice.
In order to ensure the highest standards of service quality in this contract we expect contractors to take a similarly positive approach to fair work practices as part of a fair and equitable employment and reward package.
Please describe how you will commit to fair work practices for workers (including any agency or sub-contractor workers) engaged in the delivery of this contract.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at
https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=623220.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at:
https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
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:
Please refer to section VI.3) Additional information.
(SC Ref:673332)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9TW
Telephone
+44 1414298888
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Economic Operators should approach the board in the first instance. However only formal remedy is to apply to the courts.
An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.