Opportunity

Haemodialysis Machines & Consumables

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

F02: Contract notice

Notice reference: 2023/S 000-014779

Published 24 May 2023, 12:41pm



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

Email

Josh.Foggo@nhs.scot

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 -

https://www.nss,nhs,scot/procurement-and-logistics/sustainability/access-our-community-benefit-gateway/

(SC Ref:721793)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court House

27 Chambers Street

Edinburgh

EH1 1LB

Email

edinburgh@scotcourts.gov.uk

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.