Tender

Breathing Circuits and Associated Consumables

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

F02: Contract notice

Notice identifier: 2024/S 000-014365

Procurement identifier (OCID): ocds-h6vhtk-04573d

Published 3 May 2024, 2:14pm



The closing date and time has been changed to:

7 June 2024, 10:00am

See the change notice.

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

Email

daniel.holmes2@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

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

Breathing Circuits and Associated Consumables

Reference number

NP154/24

two.1.2) Main CPV code

  • 33661100 - Anaesthetics

two.1.3) Type of contract

Supplies

two.1.4) Short description

The supply of breathing circuit products and associated accessories used in both critical care and theatre environments to all entities constituted pursuant to the National Health Service (Scotland) Act 1978, (i.e. All NHS Scotland Health Boards,Special Health Boards and the Authority).

The buyer is using PCS-Tender to conduct this PQQ/ITT exercise. The Project code is 26604. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

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

Theatres

Lot No

1

two.2.2) Additional CPV code(s)

  • 33157400 - Medical breathing devices
  • 33172100 - Anaesthesia devices

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

This lot is for single use breathing circuits and associated consumables for use within a theatre setting to deliver medical gases.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

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

Quality criterion - Name: Sustainability / Weighting: 10

Cost criterion - Name: Price / Weighting: 55

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

1 x 12 month extension available

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.2.14) Additional information

Lot 1 unranked multi supplier framework. It is proposed that up to eight suppliers will be awarded to this lot.

two.2) Description

two.2.1) Title

Critical Care Heated Circuits

Lot No

2

two.2.2) Additional CPV code(s)

  • 33157400 - Medical breathing devices
  • 33172100 - Anaesthesia devices

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Heated breathing circuits and associated accessories for use in critical care.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

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

Quality criterion - Name: Sustainability / Weighting: 10

Cost criterion - Name: Price / Weighting: 55

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

1 x 12 month extension available

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.2.14) Additional information

Lot 2 unranked multi supplier framework. It is proposed that up to eight suppliers will be awarded to this lot.

two.2) Description

two.2.1) Title

Critical Care Standard Circuits

Lot No

3

two.2.2) Additional CPV code(s)

  • 33157400 - Medical breathing devices
  • 33172100 - Anaesthesia devices

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Supply of standard breathing circuits and associated accessories for use in critical care.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

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

Quality criterion - Name: Sustainability / Weighting: 10

Cost criterion - Name: Price / Weighting: 55

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

1 x 12 month extension available

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.2.14) Additional information

Lot 3 unranked multi supplier framework. It is proposed that up to eight suppliers will be awarded to this lot.

two.2) Description

two.2.1) Title

Critical Care Interfaces

Lot No

4

two.2.2) Additional CPV code(s)

  • 33172100 - Anaesthesia devices

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Critical Care Interfaces for use in Critical Care

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

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

Quality criterion - Name: Sustainability / Weighting: 10

Cost criterion - Name: Price / Weighting: 55

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

1 x 12 month extension available

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.2.14) Additional information

Lot 4 unranked multi supplier framework. It is proposed that up to eight suppliers will be awarded to this lot

two.2) Description

two.2.1) Title

Gas Sampling

Lot No

5

two.2.2) Additional CPV code(s)

  • 33172100 - Anaesthesia devices
  • 33157400 - Medical breathing devices

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Gas sampling lines for use in theatres.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

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

Quality criterion - Name: Sustainability / Weighting: 10

Cost criterion - Name: Price / Weighting: 55

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

1 x 12 month extension available

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.2.14) Additional information

Lot 5 unranked multi supplier framework. It is proposed that up to eight suppliers will be awarded to this lot.

two.2) Description

two.2.1) Title

CO2 Absorbent (Sodalime or equivalent)

Lot No

6

two.2.2) Additional CPV code(s)

  • 33157400 - Medical breathing devices
  • 33172100 - Anaesthesia devices

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

CO2 absorbent

two.2.5) Award criteria

Quality criterion - Name: Sustainability / Weighting: 10

Cost criterion - Name: Price / Weighting: 90

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

1 x 12 month extension available

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.2.14) Additional information

Lot 6 unranked multi supplier framework. It is proposed that up to eight suppliers will be awarded to this lot.


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

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

Product Liability Insurance GBP 5,000,000 minimum

three.1.3) Technical and professional ability

List and brief description of selection criteria

- All tendered products must fully comply with the Requirement Documents included within the tender.

Minimum level(s) of standards possibly required

- If awarded to the Framework Potential Framework Participants must provide evidence that tendered products are CE marked, or will have obtained a CE mark prior to the products being available for purchase, 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 prove that they hold ISO 13485 certification or equivalent or are in the process of obtaining certification.

- 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.


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

Originally published as:

Date

3 June 2024

Local time

9:00am

Changed to:

Date

7 June 2024

Local time

10:00am

See the change notice.

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

English

four.2.7) Conditions for opening of tenders

Date

3 June 2024

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

The Common Services Agency (more commonly known as National Services Scotland) (‘the Authority’) acting through its division National Procurement, is undertaking this procurement of Breathing circuits, patient interfaces and associated consumables (‘Products’ 'services') as outlined further below on behalf of all entities constituted pursuant to the National Health Service (Scotland) Act 1978, (i.e. all NHS Scotland Health Boards, Special Health Boards and the Authority or other NHS Organisation established pursuant to the NHS (Scotland) Act 1978), any integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014 Partnership (collectively hereafter referred to as ‘Participating Authorities’).

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 26604 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.

The Contracting Authority does not intend to include a sub-contract clause in this contract.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26604. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:583808)

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26604. 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:

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 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, provide a brief summary of the community benefits you already deliver in your business, where these are delivered and what

they have achieved in outcomes. Potential framework participants are required to summarise what community benefits you propose to

develop and deliver as part of this contract if successful. Community benefits potential framework participants are required to confirm that

if successful you 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 framework.

(SC Ref:765657)

six.4) Procedures for review

six.4.1) Review body

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

Gyle Square (NSS Head Office), 1 South Gyle Crescent

Edinburgh

EH12 9EB

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

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 operators 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 dispatches 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.