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
Kevin McGuigan
kevin.mcguigan@ggc.scot.nhs.uk
Telephone
+44 1412013616
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
The Provision of Addiction Testing Kits and Related Services
Reference number
GGC0810
two.1.2) Main CPV code
- 38544000 - Drug detection apparatus
two.1.3) Type of contract
Supplies
two.1.4) Short description
NHSGG&C Alcohol and Drug Recovery Services deliver treatment and care services to approximately 6,000 patients per year in a range of settings.
- Care & Treatment Teams
- Specialist In-patient Services
- Day Services
- Complex Needs Services
- Criminal Justice Services
- Out-patient Services
The partnership intends to carry out addiction testing across all addiction teams and this tender is for the supply and distribution of drug detection kits, with the testing process being undertaken by Glasgow Addiction Services Partnership staff.
Kits will test for 8 main categories of drug addiction
two.1.5) Estimated total value
Value excluding VAT: £200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 38544000 - Drug detection apparatus
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
NHSGG&C Alcohol and Drug Recovery Services deliver treatment and care services to approximately 6,000 patients per year in a range of settings.
- Care & Treatment Teams
- Specialist In-patient Services
- Day Services
- Complex Needs Services
- Criminal Justice Services
- Out-patient Services
The partnership intends to carry out addiction testing across all addiction teams and this tender is for the supply and distribution of drug detection kits, with the testing process being undertaken by Glasgow Addiction Services Partnership staff.
Kits will test for 8 main categories of drug addiction
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Cost criterion - Name: Commercial / Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
2 x 12month 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
List and brief description of selection criteria:
With reference to SPD Question 4B.1.1, tenderers must provide their 'general' yearly turnover for the last two (2) financial years. Turnover for each year stated must be at least twice the estimated annual contract value.
With reference to SPD Question 4B.4, tenderers are required to state the value for the 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, tenderers are required to state the value for the Net Profit Margin (Net profits divided by revenue x
100). The acceptable range for this financial ratio is >0 (i.e. positive).
Copies of accounts or equivalent for the number of years stated must be provided 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 in respect of each and every claim. 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 in respect of each and every claim. If tenderers do not currently have this level of insurance, they must agree to put it in place prior to contract commencement
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1.2 Tenderers 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.
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. Supplier should be seen to embedding Circular Economy Strategies across all business functions and processes.
The supplier shall try to eliminate all non-essential packaging, and where packaging is essential, the supplier should remove this from site for their own recycling.
Where possible, bulk orders to limit deliveries. ‘Just in time order’ approach where it is applicable as there will be a reduction of emission though multiple deliveries, and reduction in energy consumption though storage, reducing the environmental load.
The supplier should reduce all single use plastic where possible.
Where single use plastic is necessary, it should be 100% recyclable. A ‘Take Back’ scheme would be beneficial for the supplier, where all waste is collected to be recycled by the supplier.
Minimum level(s) of standards possibly required
4D.1 Tenderers must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent)
4D.2 Tenderers must be able to produce certificates drawn up by independent bodies attesting that the bidder complies with the required environmental management systems or standards? ISO14001
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
16 January 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
16 January 2023
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 22985. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the
Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
Not suitable
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:
Potential framework participants are required to summarise any proposed community benefits that will be developed and delivered as part
of this contract if successful or, alternatively, potential framework participants confirm that they will engage with the NHS Scotland’s
Community Benefits Gateway (CBG). This gateway, developed through requests from suppliers seeking opportunities to support the
delivery of community benefits within the contracting region, provides information on community benefit opportunities. The CBG is a free
and easy to use online service that connects NHS Scotland suppliers with third sector community organisations within Scotland and will be
used for tracking and reporting and is an approved compliant route to the realisation of community benefits.
For further information please visit
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22985. 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 non-scored question has been added to the ITT
(SC Ref:716668)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
Telephone
+44 1414298888
Country
United Kingdom