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
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