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
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.1) Name and addresses
NHS 24
Golden Jubilee National Hosp, Agamenmon Street
Glasgow
G81 4DY
Telephone
+44 1419515000
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00230
one.2) Information about joint procurement
The contract involves joint procurement
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
Aseptic Consumables
Reference number
GGC0928
two.1.2) Main CPV code
- 33141118 - Wipes
two.1.3) Type of contract
Supplies
two.1.4) Short description
NHS Greater Glasgow and Clyde (NHSGGC) are tendering for Aseptic Consumables.
Aseptic preparation is an important part of the service delivered by pharmacy departments to facilitate accurate and timely administration of injectable medicines for patients.
NHS Greater Glasgow and Clyde (NHSGGC) is the largest of the fourteen territorial NHS Boards in Scotland. All pharmacy aseptic dispensing is undertaken in three specialist units across GG&C hospital pharmacies.
The following NHS pharmacy aseptic units are included, but this list is not exhaustive:
Beatson West of Scotland Cancer Centre, New Victoria Hospital and The Royal Hospital for Children.
Pharmacy aseptic units are responsible for the production of sterile medicines such as; chemotherapy, monoclonal antibody and other high risk injectable treatments. All products are prepared under strict aseptic (sterile) conditions. Stringent procedures are in place to ensure medicines are prepared to a consistently high standard to provide assurances of product quality and safety.
Our GG&C aseptic services prepare approximately 97,000 products, supported by a dedicated workforce of 87 staff members. Each aseptic unit is led by a Chief Technician and operates under the oversight of a designated Responsible Pharmacist. The preparation of these medicines is carried out by skilled pharmacy technicians and assistants, ensuring adherence to strict regulatory requirements.
Our pharmacy aseptic units ensure the safety and well-being of patients who require medications that are prepared under strict sterile conditions to prevent further complications.
It is a complex and demanding activity requiring skilled staff, appropriate facilities and close monitoring and control. With the increasing complexity of modern medicines, procedures and strict regulations there is a need for maintaining high quality aseptic products.
two.1.5) Estimated total value
Value excluding VAT: £2,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Cleanroom Wipes
Lot No
2
two.2.2) Additional CPV code(s)
- 33141118 - Wipes
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
NHS Greater Glasgow and Clyde Health Board Area
two.2.4) Description of the procurement
Our GG&C aseptic services prepare approximately 97,000 products, supported by a dedicated workforce of 87 staff members. Each aseptic unit is led by a Chief Technician and operates under the oversight of a designated Responsible Pharmacist. The preparation of these medicines is carried out by skilled pharmacy technicians and assistants, ensuring adherence to strict regulatory requirements.
Our pharmacy aseptic units ensure the safety and well-being of patients who require medications that are prepared under strict sterile conditions to prevent further complications.
It is a complex and demanding activity requiring skilled staff, appropriate facilities and close monitoring and control. With the increasing complexity of modern medicines, procedures and strict regulations there is a need for maintaining high quality aseptic products.
two.2.5) Award criteria
Quality criterion - Name: Quality and Technical Assurance / Weighting: 10
Quality criterion - Name: Supplier Structure, Management and Support / Weighting: 10
Price - Weighting: 80
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 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
two.2) Description
two.2.1) Title
Cleanroom Sprays
Lot No
1
two.2.2) Additional CPV code(s)
- 24000000 - Chemical products
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
NHS Greater Glasgow and Clyde Health Board Area
two.2.4) Description of the procurement
Our GG&C aseptic services prepare approximately 97,000 products, supported by a dedicated workforce of 87 staff members. Each aseptic unit is led by a Chief Technician and operates under the oversight of a designated Responsible Pharmacist. The preparation of these medicines is carried out by skilled pharmacy technicians and assistants, ensuring adherence to strict regulatory requirements.
Our pharmacy aseptic units ensure the safety and well-being of patients who require medications that are prepared under strict sterile conditions to prevent further complications.
It is a complex and demanding activity requiring skilled staff, appropriate facilities and close monitoring and control. With the increasing complexity of modern medicines, procedures and strict regulations there is a need for maintaining high quality aseptic products.
two.2.5) Award criteria
Quality criterion - Name: Quality and Technical Assurance / Weighting: 10
Quality criterion - Name: Supplier Structure, Management and Support / Weighting: 10
Price - Weighting: 80
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 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 questions;
4B.1.1 - Minimum Yearly Turnover
4B.4 - Financial Ratio - Current Ratio (Liquidity Ratio)
4B.4 - Financial Ratio - Net Profit Margin
4B.5.1b - Employer’s Liability Insurance Requirement
4B.5.2 - Public Liability Insurance Requirement
Minimum level(s) of standards possibly required
4B.1.1, Bidders 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 3 years financial accounts when requested by NHSGGC
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
Tenderers should be able to provide 2 years financial accounts when requested by NHSGGC
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 or higher
Tenderers should be able to provide 2 years financial accounts when requested by NHSGGC Please note: Organisations with Charitable Status are not required to provide a response to this question
4B.5.1b Bidders must hold and evidence Employer's (Compulsory) Liability Insurance = GBP5m for any one incident of series or related incidents in any one year. If tenderers do not currently have this level of insurance, they must agree to put it in place prior to contract commencement
4B.5.2 Bidders must hold and evidence Public Liability Insurance = GBP5m for any one incident of series or related
incidents in any one year. 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
With reference to SPD questions;
4C.1.2 - Relevant Experience Requirement
Minimum level(s) of standards possibly required
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 12
In the case of framework agreements, provide justification for any duration exceeding 4 years:
There is flexibility within the two (2) additional twelve (12) month extension periods after year three (3) has expired
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.2.1) Previous publication concerning this procedure
Notice number: 2018/S 246-563914
four.2.2) Time limit for receipt of tenders or requests to participate
Date
29 January 2025
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
Tender must be valid until: 29 April 2025
four.2.7) Conditions for opening of tenders
Date
29 January 2025
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 27820. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:785571)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom