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
Gavin Armstrong
Telephone
+44 1312757499
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
www.publictenderscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publictenderscotland.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
www.publictenderscotland.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
General Textiles and Bedding NP787
Reference number
NP787
two.1.2) Main CPV code
- 39518000 - Hospital linen
two.1.3) Type of contract
Supplies
two.1.4) Short description
National Services Scotland(NSS)acting through its division, National Procurement,is undertaking this procurement on behalf of itself and on behalf of all entities within NHS Scotland(“Boards”)to procure a service which will provide all General Textiles & Bedding to all Boards(“Purchasing Entities”)at each of their sites.
The NHS in Scotland requires a contractor to provide General Textiles & Bedding including but not limited to the following:
i)General patient garments which currently consist of pyjamas, nightdresses, patient gowns
ii)Scrub suits for NHS staff use
iii)Standard bedding flat sheets, pillowcases, blankets & duvets and pillows
iv)Fitted bedding.
The contractor must be able to supply the full range of products to all NHS Scotland Health Boards throughout Scotland although it should be noted majority of deliveries are to approximately 10 sites currently.
two.1.5) Estimated total value
Value excluding VAT: £11,200,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Fitted Bedding
Lot No
2
two.2.2) Additional CPV code(s)
- 39518000 - Hospital linen
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
NHS Scotland
two.2.4) Description of the procurement
fitted bedding sheets and blankets
two.2.5) Award criteria
Quality criterion - Name: Service / Weighting: 10
Quality criterion - Name: Contract management / Weighting: 10
Quality criterion - Name: Delivery / Weighting: 20
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £6,400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
two.2) Description
two.2.1) Title
Traditional linen products
Lot No
1
two.2.2) Additional CPV code(s)
- 39518000 - Hospital linen
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
NHS Scotland
two.2.4) Description of the procurement
Traditional linen products Flat sheets Patient gowns Scrub Suits Pillows Towels
two.2.5) Award criteria
Quality criterion - Name: Service / Weighting: 10
Quality criterion - Name: Contract management / Weighting: 10
Quality criterion - Name: Delivery / Weighting: 20
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £4,800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement 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 several operators
Envisaged maximum number of participants to the framework agreement: 2
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-002824
four.2.2) Time limit for receipt of tenders or requests to participate
Date
10 May 2021
Local time
9:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
10 May 2021
Local time
9:00am
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
Contract spend of 11.2m gbp shown is a current estimate based on pre covid supplier uptakes of 2.8m gbp per annum over the planned 4 year duration.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18298. 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:
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 Statement of Requirements will detail the Community Benefit background and objectives. The contract will mandate that suppliers respond in its tender outlining current Community Benefits and proposals if successful and mandating that they support the overall Community Benefit concept and process including a contract and supplier management process post award.
(SC Ref:648468)
six.4) Procedures for review
six.4.1) Review body
EdinburghSheriffCourt
Sheriff Court House,27 Chambers Street
Edinburgh
EH1 1LB
Telephone
+44 1312252525
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The authority will notify economic operators who submitted a tender or (where no deselection notification has previously been made)
applied to be selected to tender, of its decision to award the framework agreement which notification will contain among other information,
a summary of the reasons why the economic operator was unsuccessful. The notification will incorporate a ‘standstill period’ of a
minimum of 10 clear calendar days (or a minimum of 15 if the communication method used is not electronic) between the date on which
the authority despatches the notice(s) and the date on which the authority proposes to conclude the relevant framework agreement. The
bringing of court proceedings against the authority during the standstill period will automatically continue the prohibition on entering into
the framework agreement until the court proceedings are determined, discontinued or disposed of, or the court, by interim order, brings to
an end the prohibition. The remedies that may be awarded by the courts before the framework agreement has been entered into include the
setting aside of the decision to award the framework agreement to the winning tenderer(s). 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. Economic operators are
entitled to write to the authority after receipt of the notification should they require further clarification. The authority will respond within
15 days of such a written request, but it should be noted that receipt by the authority of such request during the standstill period may not
prevent the authority from awarding the framework agreement following the expiry of the standstill period. Economic operators should
approach the contracting authority 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.
six.4.4) Service from which information about the review procedure may be obtained
Court of Session
Parliament House,Parliament Square
Edinburgh
EH1 1RQ
Country
United Kingdom