Tender

GGC0920 Oral Health Distribution

  • NHS Greater Glasgow and Clyde

F02: Contract notice

Notice identifier: 2024/S 000-033204

Procurement identifier (OCID): ocds-h6vhtk-04ac51

Published 15 October 2024, 4:55pm



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

Contact

Deborah Fulton

Email

Deborah.fulton@ggc.scot.nhs.uk

Telephone

+44 1412015388

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

GGC0920 Oral Health Distribution

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

This tender describes NHSGGC need to commission a contract that will allow the following; the receipt, storage, handling and distribution of Oral Health products to meet the requirement of Childsmile and Priority Groups Prevention Programmes.

For planning purposes, the birth cohort for NHSGGC Health Board is approximately 13,000 per annum. Each child must receive six allocations of oral health packs between the ages of 0-6 years. Additional packs, toothbrushes, and other resources (please see Appendix 1 Product Information Table) are required by dental practices, nurseries, schools, clinics and hospitals.

The Childsmile Nursery and Childsmile School Fluoride Varnish programme delivers a range of preventive care interventions for children from nursery age 3 years until they leave primary school, who are at increased risk of dental disease. For planning purposes Fluoride varnish is applied twice yearly in 150 nurseries and 200 schools. Products are required to support this programme.

NHSGGC Health Board has a requirement to encourage participation in Oral Health Promotion and Prevention Programmes.

Childsmile Programmes

Childsmile is a national programme designed to improve the oral health of children in Scotland and reduce inequalities both in dental health and access to dental services. It is funded by the Scottish Government and has four main elements:

-Childsmile Core Programme

-Childsmile Community & Practice

-Childsmile Nursery and School

-Childsmile Ante natal (NHSGGC only)

Further information on Childsmile is available at: www.childsmile.nhs.scot

two.1.5) Estimated total value

Value excluding VAT: £295,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 63120000 - Storage and warehousing services
  • 63121100 - Storage services
  • 64120000 - Courier services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

This tender describes NHSGGC need to commission a contract that will allow the following; the receipt, storage, handling and distribution of Oral Health products to meet the requirement of Childsmile and Priority Groups Prevention Programmes.

For planning purposes, the birth cohort for NHSGGC Health Board is approximately 13,000 per annum. Each child must receive six allocations of oral health packs between the ages of 0-6 years. Additional packs, toothbrushes, and other resources (please see Appendix 1 Product Information Table) are required by dental practices, nurseries, schools, clinics and hospitals.

The Childsmile Nursery and Childsmile School Fluoride Varnish programme delivers a range of preventive care interventions for children from nursery age 3 years until they leave primary school, who are at increased risk of dental disease. For planning purposes Fluoride varnish is applied twice yearly in 150 nurseries and 200 schools. Products are required to support this programme.

NHSGGC Health Board has a requirement to encourage participation in Oral Health Promotion and Prevention Programmes.

Childsmile Programmes

Childsmile is a national programme designed to improve the oral health of children in Scotland and reduce inequalities both in dental health and access to dental services. It is funded by the Scottish Government and has four main elements:

- Childsmile Core Programme

- Childsmile Community & Practice

- Childsmile Nursery and School

- Childsmile Ante natal (NHSGGC only)

Further information on Childsmile is available at: www.childsmile.nhs.scot

two.2.5) Award criteria

Quality criterion - Name: Quality/Technical / Weighting: 30

Cost criterion - Name: Commercial / Weighting: 70

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

3 x 12 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

With reference to SPD question 4B.4, bidders are required to state the value for the following financial ratio:

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, bidders are required to state the value for the following financial ratio:

Net Profit Margin

(Net profits divided by revenue x 100)

The acceptable range for this financial ratio is:

>0 (i.e positive)

Minimum Level(s)

With reference to SPD question 4B.5.1a it is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract Professional Indemnity Insurance = GBP2m

With reference to SPD question 4B.5.1b it is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract Employer’s (Compulsory) Liability Insurance = GBP5m

With reference to SPD question 4B.5.2 it is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract Public Liability Insurance = GBP5m

three.1.3) Technical and professional ability

List and brief description of selection criteria

With reference to SPD question 4C.1.2 Bidders are required to provide examples that demonstrate they have the relevant experience to deliver the service. Examples must be from within the last 3 years. You should use the attached template to provide 2 examples that demonstrates experience that is relevant to this procurement exercise. Your completed response should be no more than 2 pages of A4. The completed response should be uploaded to question 4C.1.2. This is pass/fail question. If examples are not provided, this will result in a fail. If the examples provided do not demonstrate the required level of experience, this will result in a fail.

Minimum level(s) of standards required:

With reference to SPD question 4D.1, Bidders must evidence a regularly reviewed and documented policy for Health and Safety (H&S) management endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of

your operations and set out your company's responsibilities of health and safety management and compliance with legislation. This is a pass/fail question. Failure to evidence your policy will result in your tender being rejected. Failure to evidence a policy that meets the requirements will result in your tender being rejected.

With reference to SPD question 4D.1, Bidders should 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


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

19 November 2024

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

19 November 2024

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 buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27572. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

A non-scored community benefits question will be asked as part of the ITT

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27572. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

A Community Benefits question will be included but will be unscored.

(SC Ref:778407)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/