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
Contact
Brian Roach
Telephone
+44 1312757620
Country
United Kingdom
NUTS code
UKM - SCOTLAND
Internet address(es)
Main address
http://www.nhsscotlandprocurement.scot.nhs.uk/
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
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.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
Dental Sundries
Reference number
NP502/21
two.1.2) Main CPV code
- 33141800 - Dental consumables
two.1.3) Type of contract
Supplies
two.1.4) Short description
This contract framework is for the provision of Dental Sundries for NHSS Health Boards including the following commodity groups;
Consumables, Standard Endodontics, Finishing and Polishing, General Hygiene, Hand Instruments, Hand Pieces, Impressions, Linings and Cements, Matrix Systems, Oral Hygiene, Pins & Posts, Prevention, Restoratives, Rotary Instruments, Surgical, Temporary Crowns and Materials.
For NHSS Hospital locations. General Dental Practitioners (GDPs) are not in scope for this framework.
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 visithttps://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code 17915 under ITTs Open to All Suppliers. Please use the Search/Filter function, then select Project Code from the drop down. 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/pts-host/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: £12,200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 33141800 - Dental consumables
two.2.3) Place of performance
NUTS codes
- UKM - SCOTLAND
Main site or place of performance
All entities constituted pursuant to the National Health Service (Scotland) Act 1978.
two.2.4) Description of the procurement
This contract framework is for the provision of Dental Sundries for NHSS Health Boards including the following commodity groups;
Consumables, Standard Endodontics, Finishing and Polishing, General Hygiene, Hand Instruments, Hand Pieces, Impressions, Linings and Cements, Matrix Systems, Oral Hygiene, Pins & Posts, Prevention, Restoratives, Rotary Instruments, Surgical, Temporary Crowns and Materials.
For NHSS Hospital locations. General Dental Practitioners (GDPs) are not in scope for this framework.
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 visithttps://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code 17915 under ITTs Open to All Suppliers. Please use the Search/Filter function, then select Project Code from the drop down. 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/pts-host/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.2.5) Award criteria
Quality criterion - Name: Non-branded Offerings / Weighting: 5
Quality criterion - Name: Customer Service Support / Weighting: 15
Quality criterion - Name: Implementation Management / Weighting: 5
Price - Weighting: 75
two.2.6) Estimated value
Value excluding VAT: £12,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
2 (two) 12 (twelve)-month optional extensions are available on this framework at the sole discretion of the Authority.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Minimum standards applicable as follows:
Suppliers must be compliant to the following ISO certification or equivalent.
ISO9001:2008
ISO13485:2012
Directive 93/42/EEC
Provision of valid certification for these standards (or equivalent) is required for this procurement.
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
(1) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
See Tender Documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
This is a complex clinical area and changes to product will require considerable staff training and potential change to clinical practise and training in technique. This award may take the additional year extension option that would take it past the 4 year point, but this will be determined during the 4th year of the framework.
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
14 April 2021
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
Tender must be valid until: 14 July 2021
four.2.7) Conditions for opening of tenders
Date
14 April 2021
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17915. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
It is a mandatory requirement that suppliers agree to support the concept, provision and ongoing development of community benefits provision in relation to this contract.
Bidders must summarise proposed community benefits to develop and deliver as part of this contract if successful.
If successful, bidders must agree to participate in and support a process of ongoing contract and supplier development in this area including the tracking and reporting of Community Benefits delivered as part of this contract.
(SC Ref:644637)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The bringing of court proceedings against the Authority after the Framework Agreement has been entered into will not affect the Framework Agreement unless grounds for the imposition of special penalties under the Public Contracts (Scotland) Regulations 2015 can be established. Otherwise the remedies that may be awarded by the courts where the Framework Agreement has been entered into are limited to the award of damages.