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
Josh Foggo
Telephone
+44 7588060653
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/
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
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
Haemodialysis Machines & Consumables
Reference number
NP184-23
two.1.2) Main CPV code
- 33181520 - Renal dialysis consumables
two.1.3) Type of contract
Supplies
two.1.4) Short description
This Framework Agreement is for the supply of Haemodialysis Machines & Consumables to NHS Scotland.
two.1.5) Estimated total value
Value excluding VAT: £22,400,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
6
two.2) Description
two.2.1) Title
Home Based Haemodialysis Machines
Lot No
2
two.2.2) Additional CPV code(s)
- 33181520 - Renal dialysis consumables
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Any or all locations of all NHS Scotland
two.2.4) Description of the procurement
Home Based Haemodialysis Machines (Inc. Accessories, Parts, Consumables and Maintenance)
two.2.5) Award criteria
Quality criterion - Name: Product Quality & Performance / Weighting: 30
Quality criterion - Name: Support & Service / Weighting: 20
Price - Weighting: 50
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 24 Months Extension Option
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
Dialysers
Lot No
3
two.2.2) Additional CPV code(s)
- 33181520 - Renal dialysis consumables
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Any or all locations of all NHS Scotland
two.2.4) Description of the procurement
Dialysers (HDF, High Flux and Low Flux)- Lot 3
two.2.5) Award criteria
Quality criterion - Name: Product Quality & Performance / Weighting: 30
Quality criterion - Name: Support & Service / Weighting: 20
Price - Weighting: 50
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 24 Months Extension Option
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
Generic Consumables
Lot No
4
two.2.2) Additional CPV code(s)
- 33181520 - Renal dialysis consumables
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Any or all locations of all NHS Scotland.
two.2.4) Description of the procurement
Generic Consumables - Lot 4
two.2.5) Award criteria
Quality criterion - Name: Product Quality & Performance / Weighting: 30
Quality criterion - Name: Support & Service / Weighting: 20
Price - Weighting: 50
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 24 Months Extension Option
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
Needles
Lot No
5
two.2.2) Additional CPV code(s)
- 33181520 - Renal dialysis consumables
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Any or all locations of all NHS Scotland
two.2.4) Description of the procurement
Needles - Lot 5
two.2.5) Award criteria
Quality criterion - Name: Product Quality & Performance / Weighting: 30
Quality criterion - Name: Support & Service / Weighting: 20
Price - Weighting: 50
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 24 Months Extension Option
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
Portable Reverse Osmosis (RO) Units
Lot No
6
two.2.2) Additional CPV code(s)
- 33181100 - Haemodialysis devices
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Any or all locations of all NHS Scotland
two.2.4) Description of the procurement
Portable Reverse Osmosis (RO) Units (Inc. Accessories, Parts, Consumables and Maintenance)
two.2.5) Award criteria
Quality criterion - Name: Product Quality & Performance / Weighting: 30
Quality criterion - Name: Support & Service / Weighting: 20
Price - Weighting: 50
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 24 Months Extension Options
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
Unit Haemodialysis Machines
Lot No
1
two.2.2) Additional CPV code(s)
- 33181520 - Renal dialysis consumables
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Any or all locations of all NHS Scotland.
two.2.4) Description of the procurement
Unit Based Haemodialysis Machines (Inc. Accessories, Parts, Consumables and Maintenance)
two.2.5) Award criteria
Quality criterion - Name: Product Quality & Performance / Weighting: 30
Quality criterion - Name: Support & Service / Weighting: 20
Price - Weighting: 50
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 24 Months Extension Options
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Economic operators may be excluded from this competition if they are in breach of any of the situations referred to in regulation 58 of the
Public Contracts (Scotland) Regulations 2015
three.1.2) Economic and financial standing
List and brief description of selection criteria
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 required:
Minimum level(s) of standards required:
Employers (Compulsory) Liability Insurance GBP 5,000,000 minimum
Public Liability Insurance GBP 5,000,000 minimum
Professional Indemnity Insurance GBP 2,000,000 minimum
three.1.3) Technical and professional ability
List and brief description of selection criteria
Please refer to ITT
Minimum level(s) of standards possibly required
Mandatory requirements are detailed within tender documents (Technical Envelope)
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: 10
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Due to the significant capital investment required by NHS ScotlandHealth Boards e.g. Haemodialysis equipment. Potential 72 month framework supports need for Health Boards to achieve sufficient returnon investment whilst offering the best value. Any decision to exercise the one (1) additional twenty-four (24) month extension options, willbe determined during the 4th year of the framework.
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 000-000510
four.2.2) Time limit for receipt of tenders or requests to participate
Date
30 June 2023
Local time
10:00am
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
30 June 2023
Local time
10:00am
Place
1 South Gyle Crescent, Gyle Square, Edinburgh, EH12 9EB
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
SPD 4C.4
If bidders intend to use a supply chain to deliver the requirements detailed in II.2.4 in the Find a Tender Service, Contract Notice or
relevant section of the Site Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking
systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay
subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:
a) their standard payment terms
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year
If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment
performance.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23534. 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:
Potential framework participants are required to summarise any proposed community benefits that will be developed and delivered as part
of this contract is successful, or, alternatively potential framework participants confirm they will engage with the NHS Scotland’s
Community Benefit 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 approved compliant route to the realisation of community benefits.
For further information please visit -
(SC Ref:721793)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
Telephone
+44 0131225252
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 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.