Section one: Contracting authority
one.1) Name and addresses
NHS Greater Glasgow and Clyde
Procurement Department, Westward House, 15-17 St James Street
Paisley
Pa3 2HJ
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
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Neonatal Electronic Patient Record 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
NHS Greater Glasgow & Clyde has a requirement to deliver a Neonatal Intensive Care (NICU) cloud based Electronic Patient Record (EPR) system
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
NHS Greater Glasgow & Clyde has a requirement to deliver a robust Neonatal Intensive Care (NICU) cloud based Electronic Patient Record (EPR) system.
The Health Board is seeking to work towards a full EPR system that will take them forward with a system that will have the ability to adapt with the ever-changing technology advances in Neonatal care. Utilising a system that takes away manual aspects and becomes and paper light service.
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
2bx 12 month extension options
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
Minimum level(s) of standards possibly required
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
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
Minimum level(s) of standards possibly required
Minimum level(s) of standards required:
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
15 December 2023
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
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
15 December 2023
Local time
12:00pm
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=750064.
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.
(SC Ref:750064)
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