Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
NHS Tayside
Ninewells Hospital
Dundee
DD1 9SY
UK
Person cyswllt: Carol Mackie
Ffôn: +44 1382660111
E-bost: carol.mackie@nhs.scot
Ffacs: +44 1382496253
NUTS: UKM
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.nhstayside.scot.nhs.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00154
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://www.publictendersscotland.gov.uk
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.publictendersscotland.gov.uk
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Iechyd
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
CON/018/21 Community Asymptomatic Testing Service
Cyfeirnod: CON/018/21
II.1.2) Prif god CPV
85323000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
The purpose of this procurement is to contract with a third party to support the provision of Community Asymptomatic testing in Tayside from December 2021 to March 2022
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 240 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
85323000
II.2.3) Man cyflawni
Cod NUTS:
UKM71
Prif safle neu fan cyflawni:
Various sites in Angus, Dundee and Perth & Kinross
II.2.4) Disgrifiad o’r caffaeliad
NHS Boards in Scotland have been encouraged by the Scottish Government to develop plans to implement supported asymptomatic COVID-19 testing to complement the current suite of COVID-19 testing.
The purpose of this procurement is to contract with a third party to support the provision of Community Asymptomatic Testing in Tayside, working with the Local Resilience Partnership (LRP) from December 2021 to March 2022
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 240 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 4
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
Option to extend for further four months
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
The following list provides details of the sections within the Single Procurement Document (Scotland) that must be completed. The SPD (Scotland) is located within the ITT referenced in this Contract Notice.
Bidders will be required to have a minimum “general” yearly turnover of GBP for the last 3 years.
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Professional Risk Indemnity = 5,000,000GBP
Employer’s (Compulsory) Liability Insurance = 5,000,000GBP
Public Liability Insurance = 5,000,000GBP
III.1.3) Gallu technegol a phroffesiynol
Lefel(au) gofynnol y safonau sydd eu hangen:
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part 2.4 of the Contract Notice.
Contractors will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control.
Contractors will be required to confirm their average annual manpower for the last 3 years.
Contractors will be required to confirm their number of managerial staff for the last 3 years.
Contractors will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
If awarded to the Contract Potential Contractors must provide evidence that tendered products are CE marked, where appropriate. Evidence should be in form of certification issued by a notified body.
Quality Management Procedures:
1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),
OR
2. The bidder must have the following:
a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and
set out responsibilities for quality management throughout the organisation.
b. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder’s quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of output and general performance
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Na
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
30/09/2021
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 3 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
01/10/2021
Amser lleol: 12:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19476. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:664666)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Dundee Sherriff Court
Dundee
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
20/08/2021