Tender

The Provision of Addiction Testing Kits and Related Services

  • NHS Greater Glasgow and Clyde

F02: Contract notice

Notice identifier: 2022/S 000-035645

Procurement identifier (OCID): ocds-h6vhtk-0391dd

Published 16 December 2022, 11:32am



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

Email

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

https://www.nss.nhs.scot/procurement-and-logistics/sustainability/access-our-community-benefit-gateway/

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