Opportunity

Minimally Invasive Surgical Products

  • The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)

F02: Contract notice

Notice reference: 2024/S 000-011911

Published 12 April 2024, 10:24am



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

Hannah Thomson

Email

hannah.thomson5@nhs.scot

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

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

Minimally Invasive Surgical Products

Reference number

NP50924

two.1.2) Main CPV code

  • 33169000 - Surgical instruments

two.1.3) Type of contract

Supplies

two.1.4) Short description

National Framework for the supply of Minimally Invasive Surgical Products covering the following products to NHS Scotland either via the NDS or direct to Health Boards.

two.1.5) Estimated total value

Value excluding VAT: £9,295,000

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

Single Use Trocars

Lot No

1

two.2.2) Additional CPV code(s)

  • 33169000 - Surgical instruments

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require a Single Use Trocar for use in a wide range of NHSS Acute setting. One of the primary functions for a Trocar is to be used as a portal for subsequent placement of other instruments.

Packaged in a peel-able pouch with at least one side clear plastic showing the contents

Packaging must clearly reference:

- State Size

- Lot number

- Expiration data

- CE marked

- Sterile

- Single Use

We envisage awarding 5 suppliers to this Lot.

two.2.5) Award criteria

Quality criterion - Name: Training & Support / Weighting: 5

Quality criterion - Name: Functional Characteristics / Weighting: 25

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £3,670,000

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 optional 12-month extension periods can be utilised by 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

two.2) Description

two.2.1) Title

Single Use Instrumentation

Lot No

2

two.2.2) Additional CPV code(s)

  • 33169000 - Surgical instruments

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require a range of Single Use Laparoscopic Instruments for use in a variety of clinical procedures by suitably trained personnel and may be used in conjunction with Trocars and Specimen Bags.

Packaging must clearly reference:

- Lot number

- Expiration data

- CE/UKCA marking

- Sterile

- Single Use

We envisage awarding 5 suppliers to this Lot.

two.2.5) Award criteria

Quality criterion - Name: Training & Support / Weighting: 5

Quality criterion - Name: Functional Characteristics / Weighting: 25

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £1,150,000

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 optional 12-month extension periods can be utilised by 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

two.2) Description

two.2.1) Title

Reposable Instrumentation

Lot No

4

two.2.2) Additional CPV code(s)

  • 33169000 - Surgical instruments

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require a range of Reposable Laparoscopic Instruments that are used in a variety of clinical procedures by suitably trained personnel and may be used in conjunction with Trocars and Specimen Bags.

Packaging must clearly reference:

- Lot number

- Expiration data

- CE/UKCA marking

- Sterile where applicable

We envisage awarding 5 suppliers to this Lot.

two.2.5) Award criteria

Quality criterion - Name: Training & Support / Weighting: 10

Quality criterion - Name: Functional Characteristics / Weighting: 25

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 55

two.2.6) Estimated value

Value excluding VAT: £1,000,000

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 optional 12-month extension periods can be utilised by 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

two.2) Description

two.2.1) Title

Reposable Trocars

Lot No

5

two.2.2) Additional CPV code(s)

  • 33169000 - Surgical instruments

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require a range of Reposable Trocars that are used in a variety of clinical procedures by suitably trained personnel.

Packaging must clearly reference:

- Lot number

- Expiration data

- CE/UKCA marking

- Sterile where applicable

We envisage awarding 7 suppliers to this Lot.

two.2.5) Award criteria

Quality criterion - Name: Training & Support / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 60

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 optional 12-month extension periods can be utilised by 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

two.2) Description

two.2.1) Title

Reusable Instruments & Accessories

Lot No

6

two.2.2) Additional CPV code(s)

  • 33169000 - Surgical instruments

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require a range of Reusable Instruments and Accessories that are used in a variety of clinical procedures by suitably trained personnel.

Packaging must clearly reference:

- Lot number

- Expiration data

- CE/UKCA marking

- Sterile where applicable

We envisage awarding 7 suppliers to this Lot.

two.2.5) Award criteria

Quality criterion - Name: Training & Support / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £150,000

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 optional 12-month extension periods can be utilised by 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

two.2) Description

two.2.1) Title

Circular Wound Protector/Retractors

Lot No

9

two.2.2) Additional CPV code(s)

  • 33169000 - Surgical instruments

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require a range of Single Use Circular Wound Protector/Retractors for use in a variety of clinical procedures by suitably trained personnel. These products are designed to provide circumferential retraction to as well as protecting the wound.

Please note this Lot is for circumferential ring style wound protector/retractors, not retractor hooks which are covered in Lot 8.

Packaging must clearly reference:

- Size

- Lot number

- Expiration data

- CE/UKCA marking

- Sterile

- Single Use

We envisage awarding 5 suppliers to this Lot.

two.2.5) Award criteria

Quality criterion - Name: Training & Support / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £1,200,000

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 optional 12-month extension periods can be utilised by 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

two.2) Description

two.2.1) Title

Single Use Accessories

Lot No

8

two.2.2) Additional CPV code(s)

  • 33169000 - Surgical instruments

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

8.1 We require an Anti Fog solution that may be used on endoscopic lenses and surgical cameras which inhibits condensation and clouding within an NHSS Acute setting.

8.2 We require a DCS Camera Sleeve which provides a sterile barrier around the camera head and cable within an NHSS Acute setting.

8.3 We require an Insufflation tubing kit for use in laparoscopic surgery for delivery of clean filtered CO2 within NHS Scotland and used by suitably trained personnel.

8.4 We require a Trocar site closure device used for closing incision sites following laparoscopic procedures within NHS Scotland by suitably trained personnel.

8.5 We require a range of Elastic Retractor Hooks which are self-retaining, adjustable retractors which offer superior access and visualization across a wide range of surgical applications within NHS Scotland and will be used by suitably trained personnel.

8.6 We require a Plastic Retractor Ring System for use with elastic retractor hooks for use in wide range of surgical applications within NHS Scotland and used by suitably trained personnel.

Packaging must clearly reference:

- State Size

- Lot number

- Expiration data

- CE marked

- Single Use

- Sterile where applicable

We envisage awarding 7 suppliers to this Lot.

two.2.5) Award criteria

Quality criterion - Name: Training & Support / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £900,000

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 optional 12-month extension periods can be utilised by 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

two.2) Description

two.2.1) Title

Suction Irrigation Sets

Lot No

7

two.2.2) Additional CPV code(s)

  • 33169000 - Surgical instruments

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require a Single Use Suction Irrigation Set, in various lengths, that is required for easy fluid removal & irrigation during minimally invasive surgery.

Packaging must clearly reference:

- Lot number

- Expiration data

- CE/UKCA marking

- Sterile

- Single Use

We envisage awarding 7 suppliers to this Lot.

two.2.5) Award criteria

Quality criterion - Name: Training & Support / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £550,000

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 optional 12-month extension periods can be utilised by 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

two.2) Description

two.2.1) Title

Specimen Retrieval Bags/System

Lot No

3

two.2.2) Additional CPV code(s)

  • 33169000 - Surgical instruments

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require a range of Specimen Bags/Systems for use in a variety of clinical procedures by suitably trained personnel. These products can be supplied in bag or system format with a range of different sizes.

Packaging must clearly reference:

- Lot number

- Expiration data

- CE/UKCA marking

- Sterile

- Single Use

We envisage awarding 5 suppliers to this Lot.

two.2.5) Award criteria

Quality criterion - Name: Training & Support / Weighting: 5

Quality criterion - Name: Functional Characteristics / Weighting: 25

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £675,000

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 optional 12-month extension periods can be utilised by 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.1.2) Economic and financial standing

List and brief description of selection criteria

3 years financial accounts

Minimum level(s) of standards possibly required

Potential Framework Participants must confirm they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:

Professional Risk Indemnity: 2M GBP

Employer's (Compulsory) Liability: 5M GBP

Public Liability: 5M GBP

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: 49

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: 2023/S 000-033905

four.2.2) Time limit for receipt of tenders or requests to participate

Date

14 May 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

14 May 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

The values in Sections II.1.5 and II.2.6 cover the full duration of the framework including any extension options that may be exercised.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26462. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

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 brief summary of the community benefits that have recently been delivered within Scotland, if at all, 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 (CBG). 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 NHS Scotland suppliers with third 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.

(SC Ref:762815)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court House

27 Chambers Street

Edinburgh

EH1 1LB

Email

edinburgh@scotcourts.gov.uk

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 process 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 as to why the economic operator was unsuccessful. The notification will incorporate a ‘standstill period’ of a minimum of 10 (ten) clear calendar days (or a minimum of 15 (fifteen) 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