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
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.