Section one: Contracting authority
one.1) Name and addresses
The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)
Gyle Square (NSS Head Office), 1 South Gyle Crescent
Edinburgh
EH12 9EB
Telephone
+44 1698794410
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
http://www.nss.nhs.scot/browse/procurement-and-logistics
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
http://publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Home Oxygen Service & GP Emergency Bag
Reference number
NP185/23
two.1.2) Main CPV code
- 85111700 - Oxygen-therapy services
two.1.3) Type of contract
Services
two.1.4) Short description
A single supplier contract awarded for 7 years with the option to extend for a further 3 years.
A home oxygen service is required to support the 6,500 or so existing patients and support any new patients
entering the service throughout the country with a variety of oxygen equipment including; concentrators,
cylinders and liquid oxygen. The standard response times are for equipment installation and delivery is 4 days,
although it may be necessary to have an 8 hour or next day service to patients. A full holiday service will be
managed by the contractor to facilitate patient movement around the UK. The contractor will provide and
maintain a full web based prescribing and information system to be used by all Health Boards throughout the
country. All supplies and consumables required for the service shall be provided by the contractor and the
contractor shall operate a 24/7 support service. This contract is intended to provide one aggregated contract for the provision of an Emergency Oxygen Service for GP surgeries, linked branch surgeries and other Healthcare Premises across Scotland. The single supplier contract will deliver a service that provides an Emergency Oxygen Bag containing an emergency oxygen cylinder and accessories along with the management of the supplier that will provide the goods and support services required to provide the service 365 days a year.
NOTE: The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate
website and if you are not already registered, registration will be required.
To access PCS-Tender, record your interest in this notice and access the tender documentation please visit
https://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code 25897 under ITTs
Open to All Suppliers. Please use the Search/Filter function, then select Project Code from the dropdown. Please
note that once you have expressed interest in the ITT it will move to your My ITTs area.
For further information on using PCS-Tender, please read the Supplier Response Guide:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/ptshost/
public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf
If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can
access PCS-Tender through your Public Contracts Scotland Control Panel.
two.1.5) Estimated total value
Value excluding VAT: £74,900,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85141210 - Home medical treatment services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
A single supplier contract awarded for 7 years with the option to extend for a further 3 years.
A home oxygen service is required to support the 7,100 or so existing patients and support any new patients
entering the service throughout the country with a variety of oxygen equipment including; concentrators,
cylinders and liquid oxygen. The standard response times are for equipment installation and delivery is 4 days,
although it may be necessary to have an 8 hour or next day service to patients. A full holiday service will be
managed by the contractor to facilitate patient movement around the UK. The contractor will provide and
maintain a full web based prescribing and information system to be used by all Health Boards throughout the
country. All supplies and consumables required for the service shall be provided by the contractor and the
contractor shall operate a 24/7 support service. This contract is intended to provide one aggregated contract for the provision of an Emergency Oxygen Service for GP surgeries, linked branch surgeries and other Healthcare Premises across Scotland. The single supplier contract will deliver a service that provides an Emergency Oxygen Bag containing an emergency oxygen cylinder and accessories along with the management of the supplier that will provide the goods and support services required to provide the service 365 days a year.
two.2.5) Award criteria
Quality criterion - Name: Service Requirements & Electricity Cons / Weighting: 29
Quality criterion - Name: IT System & Functionality / Weighting: 15
Quality criterion - Name: Transition Plan & Patient Data / Weighting: 16
Quality criterion - Name: Sustainability/Carbon Reduction Plan / Weighting: 10
Cost criterion - Name: Cost / Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
3 x 12 months extension renewal option
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
List and brief description of conditions:
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.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Economic and Financial Standing - yearly turnover
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the
types and levels of insurance indicated below
Minimum level(s) of standards possibly required
The Bidder should provide its (“general”) yearly turnover for the last 3 years
The Bidder should provide its yearly (“specific”) turnover in the business area(s) covered by the contract for the last 3 years
Employers (Compulsory) Liability Insurance GBP 5,000,000 minimum
Public Liability Insurance GBP 5,000,000 minimum
Professional Indemnity Insurance GBP 2,000,000 minimum
three.1.3) Technical and professional ability
List and brief description of selection criteria
Applicable to whole contract
Minimum level(s) of standards possibly required
- All tendered products must fully comply with the Requirement Documents included within the tender.
- If awarded to the Framework Potential Framework Participants must provide evidence that tendered products are CE marked complying with
Medical Device Directive 93/42/EEC. Evidence should be in form of a certificate of compliance issued by a UKAS (or equivalent) accredited
independent third party.
- If awarded to the Framework Potential Framework Participants must provide certification to confirm that the manufacturing organisation hold
ISO 13485 certification or equivalent. All companies within the supply chain are approved to ISO9001 or equivalent, or ISO 13485 or
equivalent.
- If awarded to the Framework Potential Framework Participants must provide certification to confirm that the manufacturer meets the
Environmental standard ISO 14001 or equivalent.
- All tendered pricing must be inclusive of delivery.
- Potential Framework Participants must confirm they are able to meet all mandatory requirements as detailed within the ITT.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
See Tender Documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 March 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 84 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
4 March 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
PCS-T is used to conduct this tender, the project code is 25897.
It is a mandatory requirement that potential framework participants agree to support the concept, provision, and ongoing development of community benefits provision in relation to this framework.
Potential framework participants are required to agree to this mandatory requirement. They are also requested to provide a summary of the community benefits that have recently been delivered within Scotland, and also what impact and outcomes these have achieved.
Potential framework participants are required to summarise any proposed community benefits that will be developed and delivered as part of this contract if successful or, alternatively, potential framework participants confirm that they will engage with the NHS Scotland’s Community Benefits Gateway. This gateway, developed through requests from suppliers seeking opportunities to support the delivery of community benefits within the contracting region, provides information on community benefit opportunities. The CBG is a free and easy to use online service that connects NHSS suppliers with 3rd sector community organisations within Scotland and will be used for tracking and reporting and is an approved compliant route to the realisation of community benefits.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25897. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority 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:
N/A
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Mandatory CB Question
The Scottish Model of Procurement aims to secure the maximum economic benefit from the GBP10 billion spent by the public sector on goods and services each year, through an approach that balances the business friendly and the socially responsible.
The Public Procurement Reform Programme delivers value that goes beyond savings and benefits – improving supplier access to public contracts, particularly for SMEs; maximising efficiency and collaboration; and placing the local, social and economic aspects of sustainability at the heart of the purchasing process.
The Procurement Reform (Scotland) Act 2014 has established a national legislative contract for sustainable public procurement that supports Scotland’s economic growth through improved procurement practice – and requires public bodies to consider how their procurement activity can improve the economic, social and environmental wellbeing of the authority’s area.
It also specifically requires public bodies to consider imposing community benefit requirements as part of a major contract; these might relate to, for example, employment opportunities or to sub-contracting opportunities. An extract from the relevant section of the Act is at Annex A.
Prior to secondary legislation being introduced to implement the provisions of the Act and the transposition of the three new EU procurement Directives, maximising the impact of Scotland’s procurement spending will remain front and centre in our considerations.
Examples of Community Benefits
Community activity – investment in buildings, resources, facilities, (new or repair), human resources
Supporting education, learning, schools – school visits, presentations, providing resources, factory / site visits, education, training and learning
Employment – supporting via apprentices, employing unemployed, training, skills development, supporting return to work
Economic – support SMEs, 3rd sector / supported business indirectly, directly or via sub-contracting
(SC Ref:754999)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
Telephone
+44 1312252525
Country
United Kingdom