Award

GGC0920 Oral Health Distribution

NHS GREATER GLASGOW AND CLYDE

This public procurement record has 3 releases in its history.

AwardUpdate

20 May 2025 at 15:12

Award

21 Jan 2025 at 14:07

Tender

15 Oct 2024 at 15:55

Summary of the contracting process

NHS Greater Glasgow and Clyde is currently managing a procurement process titled "GGC0920 Oral Health Distribution," pertaining to health and social work services within the UKM82 region. This process is conducted as an open tender and followed by a contract that commenced on 17th April 2025 and is set to conclude on 16th April 2030. The procurement primarily involves the receipt, storage, handling, and distribution of oral health products required for the Childsmile and Priority Groups Prevention Programmes. The contract, awarded to Storage UK Ltd, is valued at approximately £280,987, with the possibility of extending for three additional years beyond the initial two-year fixed period. Community benefits are also an integral part of this tender, with a specific focus on supporting dental health initiatives for children in Scotland.

This tender presents significant growth opportunities for businesses specialising in logistics and supply chain management, particularly those experienced in health services delivery. Companies providing storage, warehousing, and courier services could benefit substantially, as these services are crucial for the successful execution of the programme. SMEs specialising in these areas may find this contract particularly advantageous, given the emphasis on community benefits and improving access to dental health services for children. Additionally, suppliers with robust health and safety management policies and financial stability may stand a better chance of competing successfully in this tender.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

GGC0920 Oral Health Distribution

Notice Description

This tender describes NHSGGC need to commission a contract that will allow the following; the receipt, storage, handling and distribution of Oral Health products to meet the requirement of Childsmile and Priority Groups Prevention Programmes. For planning purposes, the birth cohort for NHSGGC Health Board is approximately 13,000 per annum. Each child must receive six allocations of oral health packs between the ages of 0-6 years. Additional packs, toothbrushes, and other resources (please see Appendix 1 Product Information Table) are required by dental practices, nurseries, schools, clinics and hospitals. The Childsmile Nursery and Childsmile School Fluoride Varnish programme delivers a range of preventive care interventions for children from nursery age 3 years until they leave primary school, who are at increased risk of dental disease. For planning purposes Fluoride varnish is applied twice yearly in 150 nurseries and 200 schools. Products are required to support this programme. NHSGGC Health Board has a requirement to encourage participation in Oral Health Promotion and Prevention Programmes. Childsmile Programmes Childsmile is a national programme designed to improve the oral health of children in Scotland and reduce inequalities both in dental health and access to dental services. It is funded by the Scottish Government and has four main elements: -Childsmile Core Programme -Childsmile Community & Practice -Childsmile Nursery and School -Childsmile Ante natal (NHSGGC only) Further information on Childsmile is available at: www.childsmile.nhs.scot

Lot Information

Lot 1

This tender describes NHSGGC need to commission a contract that will allow the following; the receipt, storage, handling and distribution of Oral Health products to meet the requirement of Childsmile and Priority Groups Prevention Programmes. For planning purposes, the birth cohort for NHSGGC Health Board is approximately 13,000 per annum. Each child must receive six allocations of oral health packs between the ages of 0-6 years. Additional packs, toothbrushes, and other resources (please see Appendix 1 Product Information Table) are required by dental practices, nurseries, schools, clinics and hospitals. The Childsmile Nursery and Childsmile School Fluoride Varnish programme delivers a range of preventive care interventions for children from nursery age 3 years until they leave primary school, who are at increased risk of dental disease. For planning purposes Fluoride varnish is applied twice yearly in 150 nurseries and 200 schools. Products are required to support this programme. NHSGGC Health Board has a requirement to encourage participation in Oral Health Promotion and Prevention Programmes. Childsmile Programmes Childsmile is a national programme designed to improve the oral health of children in Scotland and reduce inequalities both in dental health and access to dental services. It is funded by the Scottish Government and has four main elements: - Childsmile Core Programme - Childsmile Community & Practice

Renewal: 3 x 12 months

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04ac51
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/023428-2025
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
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

63 - Supporting and auxiliary transport services; travel agencies services

64 - Postal and telecommunications services

85 - Health and social work services


CPV Codes

63120000 - Storage and warehousing services

63121100 - Storage services

64120000 - Courier services

85000000 - Health and social work services

Notice Value(s)

Tender Value
£295,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£280,987 £100K-£500K

Notice Dates

Publication Date
20 May 20259 months ago
Submission Deadline
19 Nov 2024Expired
Future Notice Date
Not specified
Award Date
15 Jan 20251 years ago
Contract Period
16 Apr 2025 - 16 Apr 2030 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
NHS GREATER GLASGOW AND CLYDE
Contact Name
Deborah Fulton
Contact Email
deborah.fulton@ggc.scot.nhs.uk
Contact Phone
+44 1412015388

Buyer Location

Locality
GLASGOW
Postcode
G4 0SF
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM82 Glasgow City

Local Authority
Glasgow City
Electoral Ward
Dennistoun
Westminster Constituency
Glasgow North East

Supplier Information

Number of Suppliers
1
Supplier Name

STORAGE

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-04ac51-2025-05-20T16:12:16+01:00",
    "date": "2025-05-20T16:12:16+01:00",
    "ocid": "ocds-h6vhtk-04ac51",
    "description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27572. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: A non-scored community benefits question will be asked as part of the ITT (SC Ref:799311)",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-04ac51",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "GGC0920 Oral Health Distribution",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "85000000",
            "description": "Health and social work services"
        },
        "mainProcurementCategory": "services",
        "description": "This tender describes NHSGGC need to commission a contract that will allow the following; the receipt, storage, handling and distribution of Oral Health products to meet the requirement of Childsmile and Priority Groups Prevention Programmes. For planning purposes, the birth cohort for NHSGGC Health Board is approximately 13,000 per annum. Each child must receive six allocations of oral health packs between the ages of 0-6 years. Additional packs, toothbrushes, and other resources (please see Appendix 1 Product Information Table) are required by dental practices, nurseries, schools, clinics and hospitals. The Childsmile Nursery and Childsmile School Fluoride Varnish programme delivers a range of preventive care interventions for children from nursery age 3 years until they leave primary school, who are at increased risk of dental disease. For planning purposes Fluoride varnish is applied twice yearly in 150 nurseries and 200 schools. Products are required to support this programme. NHSGGC Health Board has a requirement to encourage participation in Oral Health Promotion and Prevention Programmes. Childsmile Programmes Childsmile is a national programme designed to improve the oral health of children in Scotland and reduce inequalities both in dental health and access to dental services. It is funded by the Scottish Government and has four main elements: -Childsmile Core Programme -Childsmile Community & Practice -Childsmile Nursery and School -Childsmile Ante natal (NHSGGC only) Further information on Childsmile is available at: www.childsmile.nhs.scot",
        "value": {
            "amount": 295000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "This tender describes NHSGGC need to commission a contract that will allow the following; the receipt, storage, handling and distribution of Oral Health products to meet the requirement of Childsmile and Priority Groups Prevention Programmes. For planning purposes, the birth cohort for NHSGGC Health Board is approximately 13,000 per annum. Each child must receive six allocations of oral health packs between the ages of 0-6 years. Additional packs, toothbrushes, and other resources (please see Appendix 1 Product Information Table) are required by dental practices, nurseries, schools, clinics and hospitals. The Childsmile Nursery and Childsmile School Fluoride Varnish programme delivers a range of preventive care interventions for children from nursery age 3 years until they leave primary school, who are at increased risk of dental disease. For planning purposes Fluoride varnish is applied twice yearly in 150 nurseries and 200 schools. Products are required to support this programme. NHSGGC Health Board has a requirement to encourage participation in Oral Health Promotion and Prevention Programmes. Childsmile Programmes Childsmile is a national programme designed to improve the oral health of children in Scotland and reduce inequalities both in dental health and access to dental services. It is funded by the Scottish Government and has four main elements: - Childsmile Core Programme - Childsmile Community & Practice",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality/Technical",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "name": "Commercial",
                            "type": "cost",
                            "description": "70"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 720,
                    "startDate": "2025-04-17T00:00:00+01:00",
                    "endDate": "2030-04-16T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "3 x 12 months"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "63120000",
                        "description": "Storage and warehousing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63121100",
                        "description": "Storage services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "64120000",
                        "description": "Courier services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "With reference to SPD question 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 With reference to SPD question 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 (i.e positive) Minimum Level(s) With reference to SPD question 4B.5.1a it is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract Professional Indemnity Insurance = GBP2m With reference to SPD question 4B.5.1b it is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract Employer's (Compulsory) Liability Insurance = GBP5m With reference to SPD question 4B.5.2 it is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract Public Liability Insurance = GBP5m",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "With reference to SPD question 4C.1.2 Bidders 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. This is 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. Minimum level(s) of standards required: With reference to SPD question 4D.1, Bidders must evidence a regularly reviewed and documented policy for Health and Safety (H&S) management endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation. This is a pass/fail question. Failure to evidence your policy will result in your tender being rejected. Failure to evidence a policy that meets the requirements will result in your tender being rejected. With reference to SPD question 4D.1, Bidders 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-%20standards",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2024-11-19T13:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2024-11-19T13:00:00Z"
        },
        "bidOpening": {
            "date": "2024-11-19T13:00:00Z"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "techniques": {
            "frameworkAgreement": {
                "periodRationale": "2 years with the option to extend for 3 x 12 months"
            }
        }
    },
    "parties": [
        {
            "id": "GB-FTS-3524",
            "name": "NHS Greater Glasgow and Clyde",
            "identifier": {
                "legalName": "NHS Greater Glasgow and Clyde"
            },
            "address": {
                "streetAddress": "Procurement Department, Glasgow Royal Infirmary, 84 Castle Street",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G4 0SF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Deborah Fulton",
                "telephone": "+44 1412015388",
                "email": "Deborah.fulton@ggc.scot.nhs.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.nhsggc.scot/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-2553",
            "name": "Glasgow Sheriff Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court"
            },
            "address": {
                "streetAddress": "1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.scotcourts.gov.uk/"
            }
        },
        {
            "id": "GB-FTS-82493",
            "name": "Storage UK Ltd",
            "identifier": {
                "legalName": "Storage UK Ltd"
            },
            "address": {
                "streetAddress": "Seabegs Road",
                "locality": "Bonnybridge",
                "region": "UKM82",
                "postalCode": "FK4 2BN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 132812914",
                "faxNumber": "+44 1324814967"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            },
            "additionalContactPoints": [
                {
                    "telephone": "+44 1324812914",
                    "faxNumber": "+44 132814967"
                }
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-3524",
        "name": "NHS Greater Glasgow and Clyde"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000787981"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "002032-2025-GGC0920-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-82493",
                    "name": "Storage UK Ltd"
                }
            ]
        },
        {
            "id": "023428-2025-GGC0920-1",
            "relatedLots": [
                "1"
            ],
            "title": "GGC0920 Oral Health Distribution",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-82493",
                    "name": "Storage UK Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "002032-2025-GGC0920-1",
            "awardID": "002032-2025-GGC0920-1",
            "status": "active",
            "value": {
                "amount": 280987,
                "currency": "GBP"
            },
            "dateSigned": "2025-01-15T00:00:00Z"
        },
        {
            "id": "023428-2025-GGC0920-1",
            "awardID": "023428-2025-GGC0920-1",
            "title": "GGC0920 Oral Health Distribution",
            "status": "active",
            "value": {
                "amount": 280987,
                "currency": "GBP"
            },
            "dateSigned": "2025-01-15T00:00:00Z",
            "period": {
                "startDate": "2025-04-17T00:00:00+01:00",
                "endDate": "2030-04-16T23:59:59+01:00"
            },
            "periodRationale": "2 years with the option to extend for 3 x 12 months",
            "items": [
                {
                    "id": "1",
                    "classification": {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    },
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "63121100",
                            "description": "Storage services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "63120000",
                            "description": "Storage and warehousing services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "64120000",
                            "description": "Courier services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UKM82"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "amendments": [
                {
                    "id": "1",
                    "description": "This modification is in connection with the Original Award Notice - Document ID No. 787981 published on 21/01/25. The contract value on the original award notice was typed incorrectly as GBP 28,098,700.00 but it should have read GBP 280,987.00.",
                    "rationale": "Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee: There is no change to the service as the contract value was typed incorrectly."
                }
            ]
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 4
            }
        ]
    }
}