Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
NHS Greater Glasgow and Clyde
Procurement Department, Glasgow Royal Infirmary, 84 Castle Street
Glasgow
G4 0SF
UK
Person cyswllt: Liz Thomson
E-bost: liz.thomson2@ggc.scot.nhs.uk
NUTS: UKM82
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.nhsggc.scot/about-us/procurement/
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10722
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://www.publiccontractsscotland.gov.uk/
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.publiccontractsscotland.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
Laboratory Transportation Bags
Cyfeirnod: GGC0870
II.1.2) Prif god CPV
18930000
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
NHSGGC require a high quality, reliable and efficient supplier for the supply of colour specific printed Laboratory Transportation Bags for use at GP Practices and Acute Sites throughout the Health Board.
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
79810000
79800000
18930000
II.2.3) Man cyflawni
Cod NUTS:
UKM82
II.2.4) Disgrifiad o’r caffaeliad
NHSGGC require a high quality, reliable and efficient supplier for the supply of colour specific printed Laboratory Transportation Bags for use at GP Practices and Acute Sites throughout the Health Board. The bags are used by Acute sites, GP Practices, Health Centres and HSCPs.
The bags are used to send diagnostic samples (classified as UN3373) to specific laboratories and are required to be colour coded with the specific laboratory type printed on each bag to allow the segregation of the samples on arrival at the laboratories. The diagnostic samples must be packaged in a container that meets the requirements of UN packaging instruction P650.
All bags must contain sufficient absorbent material to facilitate the handling of any small leakages from liquid specimens within the bag.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 30
Maen prawf cost: Cost
/ Pwysoliad: 70
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 24
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
3 x 12 months extensions
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:
With reference to SPD question 4B.1.1, tenderers 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 financial accounts when requested by NHSGGC.
With reference to SPD question 4B.4, tenderers 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
Net Profit Margin of the Company (net profits divided by revenue x100) -- Acceptable Range is >0 (i.e. positive)
Tenderers should be able to provide financial accounts when requested by NHSGGC
Lefel(au) gofynnol y safonau sydd eu hangen:
With reference to SPD question 4B.5.1b Tenderers must hold and evidence Employer's (Compulsory) Liability Insurance = GBP5m. 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. If tenderers do not currently have this level of insurance, they must agree to put it in place prior to contract commencement.
Any Tenderers unable to meet, or unwilling to commit to obtaining the required insurance levels, will be deemed non-compliant and their submission will not be evaluated any further.
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
With reference to SPD question 4C.1.2 Tenderers are required to provide 3 examples, from the last 3 years that demonstrate they have the relevant experience to deliver the service. Use the template provided only to respond.
Your completed response should be no more than 2 pages of A4. The completed document should be uploaded to question 4C.1.2. This is a 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.
With reference to SPD question 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. The supplier should be seen to be embedding Circular Economy Strategies across all business processes and functions;-
The supplier should provide details of their Net Zero Strategy/ Sustainability Strategy in order to reduce their carbon emissions.
The supplier should eliminate all non-essential packaging, and where packaging is essential, the supplier should remove this from site for their own recycling.
The supplier should use bulk deliveries to reduce carbon emissions.
The supplier should reduce single use plastic. Where single use plastic is essential, it should be 100% recyclable.
The supplier should provide evidence of Environmental standards and Green House Gas emission (GHG) readings.
The supplier should advise if materials used within their products are supporting a circular economy.
The supplier should ensure that vehicles are switched off when not on use on NHS sites.
Lefel(au) gofynnol y safonau sydd eu hangen:
With reference to SPD question 4D.1 Tenderers must evidence or commit to obtain ISO9001 or other documented quality management system endorsed by the tenderers chief executive or equivalent.
With reference to SPD question 4D.1 Tenderer should hold and evidence or commit to obtain, within 6 months of the contract start date, a whistleblowing policy consistent with the National Whistleblowing Standards that can be found at the following link: https://inwo.spso.org.uk/national-whistleblowing-standards
With reference to SPD question 4D.2. Tenderers must evidence or commit to obtain ISO14001 or other documented quality management system endorsed by the bidder’s chief executive or equivalent.
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:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
13/12/2023
Amser lleol: 13:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
13/12/2023
Amser lleol: 14:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.3) Gwybodaeth ychwanegol
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=748818.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
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:
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 scored community benefits question has been asked. Document uploaded separately.
(SC Ref:748818)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Glasgow Sheriff Court
1 Carlton Place
Place
G5 9DA
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
10/11/2023