Opportunity

NHS Lothian – Dental Equipment & Dental Cabinetry

  • NHS Lothian

F02: Contract notice

Notice reference: 2021/S 000-010924

Published 18 May 2021, 11:54am



Section one: Contracting authority

one.1) Name and addresses

NHS Lothian

Procurement Headquarters, Lothian Health Board Waverley Gate 2-4 Waterloo Place

Edinburgh

EH1 3EG

Contact

Jenny Paterson

Email

jennifer.paterson2@nhs.scot

Telephone

+44 1312756662

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.nhslothian.scot.nhs.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00326

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html

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/web/login.html

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

NHS Lothian – Dental Equipment & Dental Cabinetry

Reference number

SLA/P122

two.1.2) Main CPV code

  • 33192410 - Dental chairs

two.1.3) Type of contract

Supplies

two.1.4) Short description

The NHS Requirement will be split into two Lots. Each Lot will be evaluated and awarded separately.

Lot 1 Dental Equipment – quantity five (5) dental equipment package comprising of standard dental chair with swivel facility of at least 20 degrees each way from centre position, dental unit fitted to dental chair, cuspidor/nurses unit chair mounted, chair mounted LED dental light and suction motor with amalgam separation.

Lot 2 Dental Cabinetry – quantity three (3) dental cabinetry packages as per the surgery layout drawings that will be included as an attachment in the tender documents.

The award is expected to be made in July 2021. The preference is for delivery and installation to be complete by 31 March 2022. The Products will be delivered and installed in Duncan Street Dental Centre, Edinburgh and Saltersgate School, Dalkeith

two.1.5) Estimated total value

Value excluding VAT: £142,500

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

Dental Equipment

Lot No

1

two.2.2) Additional CPV code(s)

  • 33192410 - Dental chairs

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

The Products will be delivered and installed in Duncan Street Dental Centre, Edinburgh and Saltersgate School, Dalkeith.

two.2.4) Description of the procurement

NHS Lothian is tendering for the following dental equipment:

Lot 1 Dental Equipment – quantity five (5) dental equipment package comprising of standard dental chair with swivel facility of at least 20 degrees each way from centre position, dental unit fitted to dental chair, cuspidor/nurses unit chair mounted, chair mounted LED dental light and suction motor with amalgam separation.

The award is expected to be made in July 2021. The preference is for delivery and installation to be complete by 31 March 2022. The Products will be delivered and installed in Duncan Street Dental Centre, Edinburgh and Saltersgate School, Dalkeith.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £105,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

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

Dental Cabinetry

Lot No

2

two.2.2) Additional CPV code(s)

  • 33192400 - Dental workstations

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

The Products will be delivered and installed in Duncan Street Dental Centre, Edinburgh and Saltersgate School, Dalkeith.

two.2.4) Description of the procurement

NHS Lothian is tendering for the following dental cabinetry:

Lot 2 Dental Cabinetry – quantity three (3) dental cabinetry packages as per the surgery layout drawings that will be included as an attachment in the tender documents.

The award is expected to be made in July 2021. The preference is for delivery and installation to be complete by 31 March 2022. The Products will be delivered and installed in Duncan Street Dental Centre, Edinburgh and Saltersgate School, Dalkeith

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 35

Price - Weighting: 65

two.2.6) Estimated value

Value excluding VAT: £37,500

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

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

Minimum level(s) of standards possibly required

The following list provides details of the sections within the Single Procurement Document (SPD Scotland) that must be completed. The SPD Scotland is located within the Public Contracts Scotland - Tenders (PCS-T) Portal Tender: NHS Lothian – Dental Equipment & Dental Cabinetry, project_18700 and itt_39632.

4B.1.1 Bidders will be required to have a minimum "general" yearly turnover for the last 3 years for Lot 1 Dental Equipment and Lot 2 Dental Cabinetry. The minimum "general" yearly turnover required for both Lots are detailed below:

Lot 1 Dental Equipment - 210 000 GBP

Lot 2 Dental Cabinetry - 75 000 GBP

4B.5.1 / 4B.5.2 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

Employer's (Compulsory) Liability: 5 000 000 GBP

Public Liability: 5 000 000 GBP

Product Liability: 5 000 000 GBP

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

The following list provides details of the sections in the Single Procurement Document (SPD Scotland) that must be completed. It is located within Public Contracts Scotland - Tenders (PCS-T) Portal Tender: NHS Lothian – Dental Equipment & Dental Cabinetry, project_18700 and itt_39632.

- all tendered products must fully comply with the NHS Requirement included in the tender documents.

4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver services/supplies as described in part II.2.2 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice. Examples should be provided for each Lot that is being tendered for.

4C.11.1 If awarded the contract potential contractors must provide evidence that tendered products are CE marked. Evidence should be in the form of certification issued by a notified body.

— 4D.1 quality management procedures.

1) The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent); or

2) The bidder must have the following:

(a) a documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive or equivalent and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and

set out responsibilities for quality management throughout the organisation;

(b) documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder’s quality management is effective in reducing/preventing incidents of substandard delivery, this must include the quality of output and general performance;

(c) a documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of output and general performance. The bidder must be able to provide copies of their organisation’s documentation procedures, that meet current agreed good practice. These must include the arrangements for quality management

throughout the bidder’s organisation. They must set out how the bidder’s organisation will carry out its policy, with a clear indication of

how the arrangements are communicated to the workforce;

(d) documented arrangements for providing the bidder’s workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid. This will demonstrate that the organisation has in place and implements training arrangements to ensure that its workforce has sufficient skills and understanding to discharge their various responsibilities. These must include a programme of training that will keep the workforce up to date with required knowledge about quality related issues, including

copies of job profiles; training manuals and records;

(e) documented arrangements that your organisation has a system for monitoring quality management procedures on an on-going basis. The bidder’s organisation must be able to provide evidence of systematic, periodic review and improvement of quality in respect of output and general performance;

(f) documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged;

(g) a documented process demonstrating how the bidder deals with complaints. The bidder must be able to provide details of how their organisation maintains records of any complaints received and how corrective measures are carried out to prevent reoccurrence.


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

18 June 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

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

18 June 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

six.3) Additional information

The Award of Contract is expected to be made in July 2021 with delivery and installation required by 31 March 2022.

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public

Contracts (Scotland) Regulations 2015.

PCS-Tender references are:

Project Title - NHS Lothian – Dental Equipment & Dental Cabinetry

Project Code - project_18700

ITT Code - itt_39632

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18700. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:654178)

six.4) Procedures for review

six.4.1) Review body

Sherriff Court House

27 Chambers Street

Edinburgh

EH1 1LB

Email

edinburgh@scotcourts.gov.uk

Telephone

+44 1312252525

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

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.