Tender

Aseptic Consumables

  • NHS Greater Glasgow and Clyde
  • NHS 24

F02: Contract notice

Notice identifier: 2024/S 000-041000

Procurement identifier (OCID): ocds-h6vhtk-04c9a7

Published 19 December 2024, 2:35pm



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

Email

grant.ewing@nhs.scot

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

Email

danielle.welsh@nhs.scot

Telephone

+44 1419515000

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

www.nhs24.com

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