Award

Anaesthetics Rota Management System

NHS GREATER GLASGOW AND CLYDE

This public procurement record has 2 releases in its history.

Award

05 Oct 2022 at 00:00

Tender

11 Jun 2020 at 00:00

Summary of the contracting process

The NHS Greater Glasgow and Clyde recently completed a procurement process for the design, supply, implementation, and support of a new anaesthetics rota management system. The buying organisation was NHS Greater Glasgow and Clyde, based in Paisley, UK. The procurement was in the 'Award' stage, and the tender was titled 'Anaesthetics Rota Management System'. The industry category was Health, and the procurement method was an open procedure with a total contract value of GBP 262,366. The contract was awarded on 29th April 2021.

This procurement by NHS Greater Glasgow and Clyde presents an opportunity for businesses in the health industry sector to provide services related to anaesthetics management. Businesses offering IT solutions for medical rota scheduling and management systems would be well-suited to compete for this contract. The tender process was structured to assess both quality and price criteria, with significant emphasis on meeting the healthcare service demands efficiently. Interested suppliers should focus on showcasing their expertise in delivering high-quality, technologically advanced solutions to enhance anaesthetics department operations.

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

Anaesthetics Rota Management System

Notice Description

This procurement seeks to meet NHSGGC requirements for the design, supply, implementation and support for a new anaesthetics rota management system.

Lot Information

Lot 1

The Anaesthetic departments within NHSGG&C require a Rota Management Systems. Most Anaesthetic departments, currently rely on an inefficient manual paper based process. Managing the daily allocations of staff effectively and efficiently is increasingly difficult as service demands become more complex. Allocating the appropriate clinician therefore takes time and is reliant on prompt contact / feedback from clinicians. This is particularly true when covering sickness / responding to emergency demand Inefficiencies can result in less than optimum use of expensive anaesthetic resource and unnecessary patient / list cancellations. This has significant impact on surgical services and subsequent delays to patient treatment.

Renewal: Consideration for renewal towards the end of the contract

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000623220
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT461138
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award 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
£262,366 £100K-£500K

Notice Dates

Publication Date
5 Oct 20223 years ago
Submission Deadline
13 Jul 2020Expired
Future Notice Date
Not specified
Award Date
29 Apr 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
Estimated at 12 months prior to contract end date.

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
NHS GREATER GLASGOW AND CLYDE
Contact Name
James Warnock, Louise Gunson
Contact Email
james.warnock@ggc.scot.nhs.uk, louise.gunson@ggc.scot.nhs.uk
Contact Phone
+44 1412782765, +44 1412784782

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)
TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
Delivery Location
TLM Scotland

Local Authority
Renfrewshire
Electoral Ward
Paisley Northwest
Westminster Constituency
Paisley and Renfrewshire North

Supplier Information

Number of Suppliers
1
Supplier Name

ROTAMAP

Further Information

Notice Documents

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-r6ebe6-0000623220-2022-10-05T00:00:00Z",
    "date": "2022-10-05T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000623220",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-39",
            "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"
            },
            "contactPoint": {
                "name": "Louise Gunson",
                "email": "louise.gunson@ggc.scot.nhs.uk",
                "telephone": "+44 1412782765",
                "url": "https://www.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "07",
                        "description": "Health",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.nhsggc.org.uk/"
            }
        },
        {
            "id": "org-40",
            "name": "Glasgow Sheriff & Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff & Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Po Box 23, 1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "email": "glasgow@scotcourts.gov.uk",
                "telephone": "+44 1414298888",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-168",
            "name": "NHS Greater Glasgow and Clyde",
            "identifier": {
                "legalName": "NHS Greater Glasgow and Clyde"
            },
            "address": {
                "streetAddress": "Procurement Department, Westward House, 15-17 St James Street",
                "locality": "Paisley",
                "region": "UKM82",
                "postalCode": "PA3 2HJ"
            },
            "contactPoint": {
                "name": "James Warnock",
                "email": "james.warnock@ggc.scot.nhs.uk",
                "telephone": "+44 1412784782",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "07",
                        "description": "Health",
                        "scheme": "COFOG"
                    }
                ],
                "url": "https://www.nhsggc.scot/about-us/procurement/"
            }
        },
        {
            "id": "org-359",
            "name": "Rotamap Ltd",
            "identifier": {
                "legalName": "Rotamap Ltd"
            },
            "address": {
                "streetAddress": "3 Tottenham Street",
                "locality": "London",
                "region": "UK",
                "postalCode": "W1T 2AF"
            },
            "contactPoint": {
                "telephone": "+44 2076311555"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-351",
            "name": "Glasgow Sheriff & Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff & Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Sheriff Clerk's Office,",
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "NHS Greater Glasgow and Clyde",
        "id": "org-168"
    },
    "tender": {
        "id": "ocds-r6ebe6-0000623220",
        "title": "Anaesthetics Rota Management System",
        "description": "This procurement seeks to meet NHSGGC requirements for the design, supply, implementation and support for a new anaesthetics rota management system.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "72500000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72200000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72263000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72268000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72416000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72610000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "NHS Greater Glasgow & Clyde"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk/",
        "tenderPeriod": {
            "endDate": "2020-07-13T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2020-07-13T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUN388175",
                "documentType": "contractNotice",
                "title": "Anaesthetics Rota Management System",
                "description": "This procurement seeks to meet NHSGGC requirements for the design, supply, implementation and support for a new anaesthetics rota management system.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN388175",
                "format": "text/html"
            },
            {
                "id": "JUN388175-1",
                "title": "Invitation to Tender document",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN388175&idx=1",
                "datePublished": "2020-06-15T09:30:08Z",
                "dateModified": "2020-06-15T09:30:08Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUN388175-2",
                "title": "ESPD document",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN388175&idx=2",
                "datePublished": "2020-06-15T09:30:08Z",
                "dateModified": "2020-06-15T09:30:08Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUN388175-3",
                "title": "Clarification",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN388175&idx=3",
                "datePublished": "2020-06-26T10:33:06Z",
                "dateModified": "2020-06-26T10:33:06Z",
                "format": "application/vnd.ms-excel"
            },
            {
                "id": "JUN388175-4",
                "title": "As per OJEU Notice Ref ESPD Question 4B.6",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN388175&idx=4",
                "datePublished": "2020-07-09T12:57:42Z",
                "dateModified": "2020-07-09T12:57:42Z",
                "format": "application/vnd.ms-excel"
            },
            {
                "id": "OCT461138",
                "documentType": "awardNotice",
                "title": "Anaesthetics Rota Management System",
                "description": "This procurement seeks to meet NHSGGC requirements for the design, supply, implementation and support for a new anaesthetics rota management system.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT461138",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The Anaesthetic departments within NHSGG&C require a Rota Management Systems. Most Anaesthetic departments, currently rely on an inefficient manual paper based process. Managing the daily allocations of staff effectively and efficiently is increasingly difficult as service demands become more complex. Allocating the appropriate clinician therefore takes time and is reliant on prompt contact / feedback from clinicians. This is particularly true when covering sickness / responding to emergency demand Inefficiencies can result in less than optimum use of expensive anaesthetic resource and unnecessary patient / list cancellations. This has significant impact on surgical services and subsequent delays to patient treatment.",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Consideration for renewal towards the end of the contract"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "50"
                        },
                        {
                            "type": "price",
                            "description": "50"
                        }
                    ]
                }
            }
        ],
        "bidOpening": {
            "date": "2020-07-13T12:00:00Z"
        },
        "communication": {
            "atypicalToolUrl": "https://www.publiccontractsscotland.gov.uk/"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true
        },
        "coveredBy": [
            "GPA"
        ],
        "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."
                },
                {
                    "type": "economic",
                    "minimum": "List and brief description of selection criteria: With reference to ESPD question 4B.1.1 - tenderers should provide their (\"general\") yearly turnover for financial year 2018/2019. This is a pass/fail question. Failure to provide this information will result in your bid being rejected. With reference to ESPD question 4B.2.1 - tenderers should provide their yearly (\"specific\") turnover for financial year 2018/2019 in the business area(s) covered by the contract. This is a pass/fail question. Failure to provide this information will result in your bid being rejected. With reference to ESPD question 4B.6 - NHSGG&C will use its financial evaluation matrix which can be uploaded from the general attachments area on PCS-Tender to assess the financial stability of tenderers. Tenderers should complete the evaluation matrix spreadsheet and confirm they meet the minimum requirement score. Tenderers with a score of 50 and above will be deemed to have evidenced satisfactory financial stability. This is a pass/fail question. Failure to complete the evaluation matrix spreadsheet will result in a fail. Failure to score 50 or above will result in a fail. Tenderers should be able to provide financial accounts when requested by NHSGG&C. Minimum level(s) of standards required: With reference to ESPD 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 ESPD question 4B.5.2, tenderers must hold and evidence Public Liability Insurance = GBP10m. If tenderers do not currently have this level of insurance, they must agree to put it in place prior to contract commencement."
                },
                {
                    "type": "technical",
                    "minimum": "Bidders 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. In response to the ESPD, Part IV, Section C (Technical and Professional Ability) question 4C.1.2 Bidders should provide relevant examples of projects in the last three years where they have delivered services similar to those described in the Statement of Requirements covering the criteria below which will be considered by GG&C for the purpose of assessing general and relevant experience."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2020-11-27T00:00:00Z"
            }
        },
        "classification": {
            "id": "72000000",
            "scheme": "CPV"
        },
        "reviewDetails": "Economic operators should approach the Board in the first instance. However, the 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.",
        "hasRecurrence": true,
        "recurrence": {
            "description": "Estimated at 12 months prior to contract end date."
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "The Board does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason: Not applicable --- 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: The Public Sector in Scotland is committed to the delivery of high quality public services, and recognises that this is critically dependent on a workforce that is well-rewarded, well-motivated, well-led, has access to appropriate opportunities for training and skills development, diverse and engaged in decision making. These factors are also important for workforce recruitment and retention, and thus continuity of service. Public Bodies in Scotland are adopting fair work practices, which include: A fair and equal pay policy that includes a commitment to supporting the Living Wage, including, for example being a Living Wage Accredited Employer; clear managerial responsibility to nurture talent and help individuals fulfil their potential, including for example, a strong commitment to Modern Apprenticeships and the development of Scotland's young workforce; Promoting equality of opportunity and developing a workforce which reflects the population of Scotland in terms of characteristics such as age, gender, religion or belief, race, sexual orientation and disability; Support for learning and development; Stability of employment and hours of work, and avoiding exploitative employment practices, including for example no inappropriate use of zero-hours contracts; Flexible working (including for example practices such as flexi-time and career breaks) and support for family friendly working and wider work life balance; Support progressive workforce engagement, for example Trade Union recognition and representation where possible, otherwise alternative arrangements to give staff an effective voice. In order to ensure the highest standards of service quality in this contract we expect contractors to take a similarly positive approach to fair work practices as part of a fair and equitable employment and reward package. Please describe how you will commit to fair work practices for workers (including any agency or sub-contractor workers) engaged in the delivery of this contract. (SC Ref:709013)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000623220"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000623220"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "ocds-r6ebe6-0000623220-1",
            "suppliers": [
                {
                    "id": "org-359",
                    "name": "Rotamap Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "ocds-r6ebe6-0000623220-1",
            "awardID": "ocds-r6ebe6-0000623220-1",
            "status": "active",
            "value": {
                "amount": 262366,
                "currency": "GBP"
            },
            "dateSigned": "2021-04-29T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2020/S 114-277982"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "659",
                "measure": "bids",
                "value": 5,
                "relatedLot": "1"
            },
            {
                "id": "660",
                "measure": "smeBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "661",
                "measure": "foreignBidsFromEU",
                "value": 5,
                "relatedLot": "1"
            },
            {
                "id": "662",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "663",
                "measure": "electronicBids",
                "value": 5,
                "relatedLot": "1"
            }
        ]
    }
}