{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0324f8-2022-12-12T13:58:41Z",
    "date": "2022-12-12T13:58:41Z",
    "ocid": "ocds-h6vhtk-0324f8",
    "description": "Please see attached document (SC Ref:716576)",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-0324f8",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "GG&C Dental EPR System",
        "status": "unsuccessful",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "mainProcurementCategory": "services",
        "description": "Invitation to Tender (ITT) for a Dental EPR Charting solution within NHS Greater Glasgow & Clyde (NHSGGC)",
        "lots": [
            {
                "id": "1",
                "description": "The current process for dental charting within the Glasgow Dental Hospital and School relies on paper templates. These are part of, or held within, separate written clinical records. This includes communication with dental laboratories when commissioning the construction of medical devices. These partner with electronic records to record attendance, communications and medical images. This process, although contemporaneous and ultimately functional, is not efficient within the delivery of contemporary day-to-day practice when sharing, storing, or recovering data. Therefore there is a requirement for an electronic dental charting program that will fit within NHS Greater Glasgow and Clyde's framework of clinical record management and addresses the parameters specified in attached ITT.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "name": "Lifecycle Costs",
                            "type": "cost",
                            "description": "40"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "2 x 12 months"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "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"
                    ]
                },
                {
                    "minimum": "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"
                }
            ]
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-04-26T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2022-12-30T23:59:59Z"
            }
        },
        "awardPeriod": {
            "startDate": "2022-04-26T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2022-04-26T12:00:00+01:00"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "hasElectronicPayment": true
        },
        "reviewDetails": "Precise information on deadline(s) for review procedures: 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."
    },
    "parties": [
        {
            "id": "GB-FTS-47504",
            "name": "NHS Greater Glasgow and Clyde",
            "identifier": {
                "legalName": "NHS Greater Glasgow and Clyde"
            },
            "address": {
                "streetAddress": "eHealth Procurement Office, Westward House, 15-17 St James Street",
                "locality": "Paisley",
                "region": "UKM82",
                "postalCode": "PA3 2HJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Louise Gunson",
                "telephone": "+44 1412782765",
                "email": "louise.gunson@ggc.scot.nhs.uk",
                "url": "https://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://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"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-47504",
        "name": "NHS Greater Glasgow and Clyde"
    },
    "language": "en",
    "awards": [
        {
            "id": "035074-2022-N/a-1",
            "relatedLots": [
                "1"
            ],
            "status": "unsuccessful",
            "statusDetails": "unsuccessful"
        }
    ],
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000687792"
        }
    ]
}