Section one: Contracting authority
one.1) Name and addresses
National Services Scotland
Gyle Square (NSS Head Office), 1 South Gyle Crescent
Edinburgh
EH12 9EB
Contact
John Gavin
Telephone
+44 1698794476
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
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
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
Cardiology Stents - DES
Reference number
NP63520a
two.1.2) Main CPV code
- 33140000 - Medical consumables
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Common Services Agency (more commonly known as National Services Scotland) (‘the Authority’) acting
through its division Procurement, Commissioning & Facilities is undertaking this procurement of the supply and delivery of Cardiology Stents for use in Percutaneous Coronary Intervention procedures (Angioplasty) and related service and support (‘Products’) 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 (collectively hereafter referred to as ‘Participating Authorities’)
two.1.5) Estimated total value
Value excluding VAT: £13,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
3
two.2) Description
two.2.1) Title
Workhorse Drug Eluting Stents
Lot No
1
two.2.2) Additional CPV code(s)
- 33123220 - Cardio-angiography devices
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Provision of Workhorse Drug Eluting Stents for use in Cardiology.
We envisage that a maximum of four (4) potential Framework Participants who scored the highest score for each lot (assessed against the award criteria) will be appointed to the Framework Agreement.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Cost criterion - Name: Cost / Weighting: 70
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 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) Description
two.2.1) Title
High Risk Bleed Drug Eluting Stents
Lot No
2
two.2.2) Additional CPV code(s)
- 33123220 - Cardio-angiography devices
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Provision of High Risk Bleed Drug Eluting Stents for use in Cardiology.
We envisage that a maximum of four (4) potential Framework Participants who scored the highest score for each lot (assessed against the award criteria) will be appointed to the Framework Agreement.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Cost criterion - Name: Cost / Weighting: 70
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 x 12 month extensions 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) Description
two.2.1) Title
Niche Product Drug Eluting Stents
Lot No
3
two.2.2) Additional CPV code(s)
- 33123220 - Cardio-angiography devices
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Provision of Niche Product Drug Eluting Stents for use in Cardiology.
We envisage that a maximum of four (4) potential Framework Participants who scored the highest score for each lot (assessed against the award criteria) will be appointed to the Framework Agreement.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Cost criterion - Name: Cost / Weighting: 70
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 x 12 month extensions 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
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) Regulation 2015.
It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below:
Employers (compulsory) liability insurance = GBP 5 000 000
— public liability insurance = GBP 5 000 000
— professional indemnity insurance = GBP 2 000 000
— product liability insurance = GBP 5 000 000.
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
All candidates will be required to provide a statement covering the 3 previous financial years, including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
Where the potential framework participant is unable for a valid reason to provide the information required the authority may accept such other information provided by the potential framework participant as the authority considers appropriate.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Suppliers responses will be completed within the ITT, with the use of the open procedure and exclusion based on inability to demonstrate ability to service NHSS requirements satisfactorily.
Minimum level(s) of standards possibly required
1) All products must be latex free inclusive of packaging,
2) Products must be CE marked in accordance with MDD/93/42/EEC
3) All tendered products must be sterile
4) All tendered products must be single use
5) Product Traceability - Potential framework participants must confirm all products tendered for contain batch/lot codes with expiry dates.
6) Compliant to ISO 13485
7) GS1 complaint or working towards
8) The prices of all products must be valid for the first two years of the framework.
9) Where there are any product changes, the authority must be given three months notice.
10) Consignment Stock: Compliance to NHS Scotland Consignment Stock agreement.
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: 14
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: 2021/S 000-007446
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 August 2021
Local time
12:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
9 August 2021
Local time
1:00pm
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
This contract is a re-tender of lots unable to be awarded on NP63520. This framework will be consolidated with NP63520 once awarded.
The value in Section II.1.5 refers to the full duration of the framework including any extension options.
This framework agreement will apply:
Golden Jubilee Hospital (National Waiting Times Centre Board)
NHS 24
NHS Ayrshire and Arran
NHS Borders
NHS Dumfries and Galloway
NHS Education of Scotland
NHS Fife
NHS Forth Valley
NHS Grampian
NHS Greater Glasgow and Clyde
NHS Health Scotland
NHS Highland
NHS Lanarkshire
NHS Lothian
NHS Orkney
Healthcare Improvement Scotland
NHS Shetland
NHS Tayside
NHS Western Isles.
The Common Services Agency (more commonly known as National Services Scotland) (‘the Authority’) acting through its division National Procurement, is undertaking this procurement of (add description here...) (‘Products’) 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 Join Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014 (collectively hereafter referred to as ‘Participating Authorities’), where applicable.
The buyer is using PCS-Tender to conduct this ITT exercise. The project code is - 19142
For more information http://www.publiccontractsscotland.gov.uk/info/infocentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
This framework will not be Sub-contracted.
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:
NHSS Community Benefits Marketplace. – Suppliers will be asked to commit to engaging with the Community Benefits Marketplace.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19142. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:659531)
six.4) Procedures for review
six.4.1) Review body
Sherriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
Telephone
+44 1312252525
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 amend 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 maybe awarded by the courts where the Framework Agreement has been entered into are limited to the award of damages.