Notice Information
Notice Title
GG&C Pharmacy Managment System
Notice Description
This procurement seeks to meet NHS GG&C requirements for a new design, supply, implementation and support for a new Pharmacy Management System.
Lot Information
Lot 1
The current Pharmacy management system is in use across the Acute and mental health Pharmacy sites within NHS GGC and Argyll sites of NHS Highland delivered to approximately 700 users. The Argyll sites are supplied by NHSGGC Pharmacy's centralised distribution centre. NHSGGC's current pharmacy management system provides a range of functionality including: - Pharmacy stockholdings (Table 3.1 - Stockholdings) - Dispensing - Aseptic (out of scope for this procurement) - Ward stock ordering The current system integrates with a number of third-party systems and devices including: - Robotics NHS GG&C have a requirement to for a new Pharmacy Management system across NHS Greater Glasgow & Clyde (NHSGGC). While this procurement will deliver core functionality to hospital Pharmacy departments it must also be capable of integrating with other systems as a core requirement; including integration with the existing HEPMA solution and delivering on new functionality for Homecare Patient management and to accommodate dm+d coding structure.
Renewal: Consideration for renewal towards end of the contract
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02f5bb
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/025396-2022
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72000000 - IT services: consulting, software development, Internet and support
72200000 - Software programming and consultancy services
72263000 - Software implementation services
72268000 - Software supply services
72416000 - Application service providers
72500000 - Computer-related services
72610000 - Computer support services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £1,002,630 £1M-£10M
Notice Dates
- Publication Date
- 9 Sep 20223 years ago
- Submission Deadline
- 17 Dec 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 20 Jul 20223 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Estimated at 12 Months prior to end of contract date subject to any extensions as detailed in ITT document attached
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NHS GREATER GLASGOW AND CLYDE
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- PAISLEY
- Postcode
- PA3 2HJ
- Post Town
- Paisley
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
- Delivery Location
- TLM8 West Central Scotland
-
- Local Authority
- Renfrewshire
- Electoral Ward
- Paisley Northwest
- Westminster Constituency
- Paisley and Renfrewshire North
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02f5bb-2022-09-09T15:50:16+01:00",
"date": "2022-09-09T15:50:16+01:00",
"ocid": "ocds-h6vhtk-02f5bb",
"description": "Due to maximum character limitations, please refer to the document entitled 'Additional Information' in the Additional Documents section (SC Ref:706447)",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-02f5bb",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "GG&C Pharmacy Managment System",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
"mainProcurementCategory": "services",
"description": "This procurement seeks to meet NHS GG&C requirements for a new design, supply, implementation and support for a new Pharmacy Management System.",
"lots": [
{
"id": "1",
"description": "The current Pharmacy management system is in use across the Acute and mental health Pharmacy sites within NHS GGC and Argyll sites of NHS Highland delivered to approximately 700 users. The Argyll sites are supplied by NHSGGC Pharmacy's centralised distribution centre. NHSGGC's current pharmacy management system provides a range of functionality including: - Pharmacy stockholdings (Table 3.1 - Stockholdings) - Dispensing - Aseptic (out of scope for this procurement) - Ward stock ordering The current system integrates with a number of third-party systems and devices including: - Robotics NHS GG&C have a requirement to for a new Pharmacy Management system across NHS Greater Glasgow & Clyde (NHSGGC). While this procurement will deliver core functionality to hospital Pharmacy departments it must also be capable of integrating with other systems as a core requirement; including integration with the existing HEPMA solution and delivering on new functionality for Homecare Patient management and to accommodate dm+d coding structure.",
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "Consideration for renewal towards end of the contract"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Procurement",
"type": "quality",
"description": "10"
},
{
"name": "Stock Management",
"type": "quality",
"description": "8"
},
{
"name": "Dispensing",
"type": "quality",
"description": "8"
},
{
"name": "Drug Definition",
"type": "quality",
"description": "5"
},
{
"name": "Homecare",
"type": "quality",
"description": "5"
},
{
"name": "Interfacing",
"type": "quality",
"description": "5"
},
{
"name": "HEPMA Interoperability",
"type": "quality",
"description": "5"
},
{
"name": "Reporting",
"type": "quality",
"description": "6"
},
{
"name": "Technical Requirement",
"type": "quality",
"description": "5"
},
{
"name": "Cyber Security",
"type": "quality",
"description": "2"
},
{
"name": "Project Implementation",
"type": "quality",
"description": "2"
},
{
"name": "Support & Maintenance",
"type": "quality",
"description": "1"
},
{
"type": "price",
"description": "40"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72500000",
"description": "Computer-related services"
},
{
"scheme": "CPV",
"id": "72200000",
"description": "Software programming and consultancy services"
},
{
"scheme": "CPV",
"id": "72263000",
"description": "Software implementation services"
},
{
"scheme": "CPV",
"id": "72268000",
"description": "Software supply services"
},
{
"scheme": "CPV",
"id": "72416000",
"description": "Application service providers"
},
{
"scheme": "CPV",
"id": "72610000",
"description": "Computer support services"
}
],
"deliveryAddresses": [
{
"region": "UKM8"
},
{
"region": "UKM8"
}
],
"deliveryLocation": {
"description": "NHs Greater Glasgow & Clyde"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk/",
"communication": {
"atypicalToolUrl": "https://www.publiccontractsscotland.gov.uk/"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Economic operators may be excluded from this competition if they are in breach of any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "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",
"minimum": "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",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "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.",
"appliesTo": [
"supplier"
]
}
]
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-12-17T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2022-12-16T23:59:59Z"
}
},
"awardPeriod": {
"startDate": "2021-12-17T12:00:00Z"
},
"bidOpening": {
"date": "2021-12-17T12:00:00Z"
},
"hasRecurrence": true,
"contractTerms": {
"hasElectronicOrdering": true,
"hasElectronicPayment": true
},
"reviewDetails": "Economic Operators should approach the board in the first instance. However only formal remedy is to apply to the courts. An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.",
"recurrence": {
"description": "Estimated at 12 Months prior to end of contract date subject to any extensions as detailed in ITT document attached"
}
},
"parties": [
{
"id": "GB-FTS-28071",
"name": "NHS Greater Glasgow and Clyde",
"identifier": {
"legalName": "NHS Greater Glasgow and Clyde"
},
"address": {
"streetAddress": "eHealth Contracts & Procurement Team, Westward House, 15-17 St James Street,",
"locality": "Paisley",
"region": "UKM8",
"postalCode": "PA3 2HJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Louise Gunson",
"telephone": "+44 1412782765",
"email": "ehcpteam@ggc.scot.nhs.uk",
"url": "https://www.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.nhsggc.org.uk/about-us/procurement/",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10722",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-1174",
"name": "Glasgow Sheriff Court",
"identifier": {
"legalName": "Glasgow Sheriff Court"
},
"address": {
"streetAddress": "1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9TW",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1414298888",
"email": "glasgow@scotcourts.gov.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-63315",
"name": "Careflow Medicines Management Limited",
"identifier": {
"legalName": "Careflow Medicines Management Limited"
},
"address": {
"streetAddress": "1 Aurum Court , Sylvan Way",
"locality": "Basildon",
"region": "UK",
"postalCode": "SS15 6TH",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7885828596"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-28071",
"name": "NHS Greater Glasgow and Clyde"
},
"language": "en",
"awards": [
{
"id": "025396-2022-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-63315",
"name": "Careflow Medicines Management Limited"
}
]
}
],
"contracts": [
{
"id": "025396-2022-1",
"awardID": "025396-2022-1",
"status": "active",
"value": {
"amount": 1002630,
"currency": "GBP"
},
"dateSigned": "2022-07-21T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 2
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
}
]
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000673332"
}
]
}