Tender

Laboratory Transportation Bags

  • NHS Greater Glasgow and Clyde

F02: Contract notice

Notice identifier: 2023/S 000-033329

Procurement identifier (OCID): ocds-h6vhtk-04176f

Published 10 November 2023, 3:11pm



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

Liz Thomson

Email

liz.thomson2@ggc.scot.nhs.uk

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.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/

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

Laboratory Transportation Bags

Reference number

GGC0870

two.1.2) Main CPV code

  • 18930000 - Sacks and bags

two.1.3) Type of contract

Supplies

two.1.4) Short description

NHSGGC require a high quality, reliable and efficient supplier for the supply of colour specific printed Laboratory Transportation Bags for use at GP Practices and Acute Sites throughout the Health Board.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79810000 - Printing services
  • 79800000 - Printing and related services
  • 18930000 - Sacks and bags

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

NHSGGC require a high quality, reliable and efficient supplier for the supply of colour specific printed Laboratory Transportation Bags for use at GP Practices and Acute Sites throughout the Health Board. The bags are used by Acute sites, GP Practices, Health Centres and HSCPs.

The bags are used to send diagnostic samples (classified as UN3373) to specific laboratories and are required to be colour coded with the specific laboratory type printed on each bag to allow the segregation of the samples on arrival at the laboratories. The diagnostic samples must be packaged in a container that meets the requirements of UN packaging instruction P650.

All bags must contain sufficient absorbent material to facilitate the handling of any small leakages from liquid specimens within the bag.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Cost criterion - Name: Cost / 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 extensions

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.1.1, tenderers are required to have a minimum 'general' yearly turnover of at least 1 x the estimated

contract value in line with regulation 59(9) of the Public Contract (Scotland) Regulations 2015 Tenderers should be able to provide financial accounts when requested by NHSGGC.

With reference to SPD question 4B.4, tenderers 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

Net Profit Margin of the Company (net profits divided by revenue x100) -- Acceptable Range is >0 (i.e. positive)

Tenderers should be able to provide financial accounts 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. 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. If tenderers do not currently have this level of insurance, they must agree to put it in place prior to contract commencement.

Any Tenderers unable to meet, or unwilling to commit to obtaining the required insurance levels, will be deemed non-compliant and their submission will not be evaluated any further.

three.1.3) Technical and professional ability

List and brief description of selection criteria

With reference to SPD question 4C.1.2 Tenderers are required to provide 3 examples, from the last 3 years that demonstrate they have the relevant experience to deliver the service. Use the template provided only to respond.

Your completed response should be no more than 2 pages of A4. The completed document should be uploaded to question 4C.1.2. This is a 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.

With reference to SPD question 4C.7 NHS Greater Glasgow and Clyde is committed to being a Net Zero organisation by 2040 and our supply chain plays a crucial role in this. We want to see that our suppliers are committed to government targets/guidance of Net Zero and we would like the supplier to demonstrate how their products will assist us on that journey, in terms of sharing their Net Zero or Sustainability strategies. The supplier should be seen to be embedding Circular Economy Strategies across all business processes and functions;-

The supplier should provide details of their Net Zero Strategy/ Sustainability Strategy in order to reduce their carbon emissions.

The supplier should eliminate all non-essential packaging, and where packaging is essential, the supplier should remove this from site for their own recycling.

The supplier should use bulk deliveries to reduce carbon emissions.

The supplier should reduce single use plastic. Where single use plastic is essential, it should be 100% recyclable.

The supplier should provide evidence of Environmental standards and Green House Gas emission (GHG) readings.

The supplier should advise if materials used within their products are supporting a circular economy.

The supplier should ensure that vehicles are switched off when not on use on NHS sites.

Minimum level(s) of standards possibly required

With reference to SPD question 4D.1 Tenderers must evidence or commit to obtain ISO9001 or other documented quality management system endorsed by the tenderers chief executive or equivalent.

With reference to SPD question 4D.1 Tenderer 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-standards

With reference to SPD question 4D.2. Tenderers must evidence or commit to obtain ISO14001 or other documented quality 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

13 December 2023

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

13 December 2023

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

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=748818.

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:

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 scored community benefits question has been asked. Document uploaded separately.

(SC Ref:748818)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Place

G5 9DA

Country

United Kingdom