Tender

Cardiology Stents - DES

  • National Services Scotland

F02: Contract notice

Notice identifier: 2021/S 000-015544

Procurement identifier (OCID): ocds-h6vhtk-02a487

Published 6 July 2021, 12:24pm



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

Email

john.gavin@nhs.scot

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

Email

edinburgh@scotcourts.gov.uk

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.