Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
NHS Greater Glasgow and Clyde
Procurement Department, Westward House, 15-17 St James Street
Paisley
PA3 2HJ
UK
Ffôn: +44 1412782765
E-bost: james.warnock@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:
www.publiccontractsscotland.gov.uk
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
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
Provision of an Aseptic Preparation Service Prescribing and Compounding Software
II.1.2) Prif god CPV
72000000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
NHS Greater Glasgow Health Board is seeking the provision of an aseptic preparation service parental nutrition (PN) prescribing and compounding software solution.
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
72000000
II.2.3) Man cyflawni
Cod NUTS:
UKM82
II.2.4) Disgrifiad o’r caffaeliad
NHS Greater Glasgow Health Board (NHSGGC) is seeking the provision of an aseptic preparation service parental nutrition (PN) prescribing and compounding software solution.
Pharmacy aseptic requires a comprehensive digital solution for prescribing and compounding of parenteral nutrition which will connect physicians, pharmacists, and the nurse prescribers across multiple sites within NHSGGC to the main production facility via a secure software solution.
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.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 60
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
Option to extend up to a further 24 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
Lefel(au) gofynnol y safonau sydd eu hangen:
List and brief description of selection criteria:
Minimum level(s) of standards required:
With reference to SPD questions 4.B.1.1 – tenderers must provide their (“general”) Turnover for the last three (3) financial years.
Mandatory criteria: Turnover for each year stated must be at least twice the estimated contract value stated in the Contract Notice.
Evidence: copies of accounts or equivalent for the number of years stated. This is a pass/fail question. Failure to provide this information
will result in your bid being rejected.
With reference to SPD question 4B.4 - tenderers must provide the following ratios for at least the three most recent financial years.
- Current Ratio (Liquidity Ratio) of the Company (total current assets divided by total current liabilities) — Acceptable Range is >0.99
- Net Profit Margin of the Company (net profits divided by revenue x100) -- Acceptable Range is >0 (i.e. positive)
These ratios will be used to assess the tenderer's financial strength and security; and to determine whether a parent company guarantee or
another instrument may be required by the Authority.
This is a pass/fail question. Failure to provide this information will result in your bid being rejected. Failure to score above the acceptable
ranges will result in your bid being rejected.
Tenderers should be able to provide financial accounts when requested by NHS GG&C
With reference to SPD question 4B.5.1.a - tenderers must hold and evidence Professional Risk Indemnity Insurance: GBP 2,000,000 in
respect of each and every claim. If tenderers do not currently have this level of insurance, they must agree to put in place prior to contract
commencement
With reference to SPD questions 4B.5.1.b – tenderers must hold employers’ liability insurance: GBP 5,000,000 in respect of each and
every claim unless you are exempt from the Employers’ Liability (Compulsory Insurance) Act – and you must be able to provide evidence
of exemption. If tenderers are not exempt and do not currently have this level of insurance, they must agree to put in place prior to contract
commencement
With reference to SPD question 4B.5.2 - tenderers must hold and evidence Public Liability Insurance: GBP 10,000,000 in respect of each
and every claim. If tenderers do not currently have this level of insurance, they must agree to put in place prior to contract commencement
III.1.3) Gallu technegol a phroffesiynol
Lefel(au) gofynnol y safonau sydd eu hangen:
List and brief description of selection criteria:
Minimum level(s) of standards required:
Tenderers must demonstrate that they have a sufficient and appropriate general and relevant experience to perform the services and the
extent of experience necessary to deliver the range of the managed services all as described in this contract notice and associated Invitation
to Tender documents. In response to SPD, Part IV, Section C (Technical and Professional Ability) question 4C.1, tenderers must provide
three examples of works of similar scale and complexity to those described in the procurement documents, delivered within a similar live
environment.
With reference to SPD question 4D.1 – the tenderer must provide evidence of ISO9001 or other documented quality management system
endorsed by the bidder’s chief executive or equivalent.
With reference to SPD question 4D.2 - the tenderer must provide evidence of ISO14001 or other documented environmental 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:
15/12/2023
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: 6 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
15/12/2023
Amser lleol: 12:00
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=750069.
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.
(SC Ref:750069)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Glasgow Sheriff Court
1 Carlton Place
Glasgow
H5 9TW
UK
Ffôn: +44 1414298888
E-bost: glasgow@scotcourts.gov.uk
VI.5) Dyddiad anfon yr hysbysiad hwn
14/11/2023