- Scope of the procurement
- Lot 7. OAE (Otoacoustic equipment)
- Lot 8. Otoscope and Ear Care
- Lot 4. Electrophysiology
- Lot 5. Balance
- Lot 6. New Born Screening
- Lot 9. 3D Scanners
- Lot 10. Consumables
- Lot 12. Innovation
- Lot 1. Diagnostic, Clinical & Screening Audiometers
- Lot 2. Tympanometers
- Lot 3. HA Fitting
- Lot 11. Calibration
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
Gordon Ralph
Telephone
+44 7929719371
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/
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
Audiological Equipment
Reference number
NP58122
two.1.2) Main CPV code
- 33185100 - Parts and accessories for hearing aids
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 National Procurement, is undertaking this procurement of Audiological Equipment (‘Products’) 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 (collectively hereafter referred to as ‘Participating Authorities’).
two.1.5) Estimated total value
Value excluding VAT: £1,500,000
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
OAE (Otoacoustic equipment)
Lot No
7
two.2.2) Additional CPV code(s)
- 33185100 - Parts and accessories for hearing aids
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Purchase and provision of OAE Equipment. These will be purchased directly by Health Boards across Scotland.
We envisage awarding to 6 suppliers in this lot.
two.2.5) Award criteria
Quality criterion - Name: Training and Support / Weighting: 50%
Price - Weighting: 50%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
3 optional extension periods both consisting of 12 months can be utilised by the Authority.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Otoscope and Ear Care
Lot No
8
two.2.2) Additional CPV code(s)
- 33185100 - Parts and accessories for hearing aids
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Purchase and provision of Otoscope and Ear Care Equipment. These will be purchased directly by Health Boards across Scotland.
We envisage awarding to 6 suppliers in this lot.
two.2.5) Award criteria
Quality criterion - Name: Training and Support / Weighting: 50%
Price - Weighting: 50%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
3 optional extension periods both consisting of 12 months can be utilised by the Authority.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Electrophysiology
Lot No
4
two.2.2) Additional CPV code(s)
- 33185100 - Parts and accessories for hearing aids
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Purchase and provision of Electrophysiology Equipment. These will be purchased directly by Health Boards across Scotland.
We envisage awarding to 6 suppliers in this lot.
two.2.5) Award criteria
Quality criterion - Name: Training and Support / Weighting: 50%
Price - Weighting: 50%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
3 optional extension periods both consisting of 12 months can be utilised by the Authority.
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
Balance
Lot No
5
two.2.2) Additional CPV code(s)
- 33185100 - Parts and accessories for hearing aids
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Purchase and provision of Balance Equipment. These will be purchased directly by Health Boards across Scotland.
We envisage awarding to 6 suppliers in this lot.
two.2.5) Award criteria
Quality criterion - Name: Training and Support / Weighting: 50%
Price - Weighting: 50%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
3 optional extension periods both consisting of 12 months can be utilised by the Authority.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
New Born Screening
Lot No
6
two.2.2) Additional CPV code(s)
- 33185100 - Parts and accessories for hearing aids
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Purchase and provision of New Born Screening Equipment. These will be purchased directly by Health Boards across Scotland.
We envisage awarding to 6 suppliers in this lot.
two.2.5) Award criteria
Quality criterion - Name: Training and Support / Weighting: 50%
Price - Weighting: 50%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
3 optional extension periods both consisting of 12 months can be utilised by the Authority.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
3D Scanners
Lot No
9
two.2.2) Additional CPV code(s)
- 33185100 - Parts and accessories for hearing aids
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Purchase and provision of 3D Scanner Equipment. These will be purchased directly by Health Boards across Scotland.
We envisage awarding to 6 suppliers in this lot.
two.2.5) Award criteria
Quality criterion - Name: Training and Support / Weighting: 50%
Price - Weighting: 50%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
3 optional extension periods both consisting of 12 months can be utilised by the Authority.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Consumables
Lot No
10
two.2.2) Additional CPV code(s)
- 33185100 - Parts and accessories for hearing aids
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Purchase and provision of Consumable Equipment. These will be purchased directly by Health Boards across Scotland.
We envisage awarding to 6 suppliers in this lot.
two.2.5) Award criteria
Quality criterion - Name: Training and Support / Weighting: 50%
Price - Weighting: 50%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
3 optional extension periods both consisting of 12 months can be utilised by the Authority.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Innovation
Lot No
12
two.2.2) Additional CPV code(s)
- 33185100 - Parts and accessories for hearing aids
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Purchase and provision of Innovation for new Equipment where awarded suppliers can add products during the duration of the framework including extensions. Suppliers must be awarded to the framework to enable them to request products to be added.
These will be purchased directly by Health Boards across Scotland.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
3 optional extension periods both consisting of 12 months can be utilised by the Authority.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Diagnostic, Clinical & Screening Audiometers
Lot No
1
two.2.2) Additional CPV code(s)
- 33121400 - Audiometers
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Purchase and provision of Audiological audiometers, including Diagnostic, Clinical & Screening product types. These will be purchased directly by Health Boards across Scotland.
We envisage awarding to 6 suppliers in this lot.
two.2.5) Award criteria
Quality criterion - Name: Training and Support / Weighting: 50
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
3 optional extension periods both consisting of 12 months can be utilised by the Authority.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Tympanometers
Lot No
2
two.2.2) Additional CPV code(s)
- 33185100 - Parts and accessories for hearing aids
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Tympanometers
Purchase and provision of Tympanometers. These will be purchased directly by Health Boards across Scotland.
We envisage awarding to 6 suppliers in this lot.
two.2.5) Award criteria
Quality criterion - Name: Training and Support / Weighting: 50%
Price - Weighting: 50%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
3 optional extension periods both consisting of 12 months can be utilised by the Authority.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
HA Fitting
Lot No
3
two.2.2) Additional CPV code(s)
- 33185100 - Parts and accessories for hearing aids
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
HA Fitting
Purchase and provision of HA Fitting Equipment. These will be purchased directly by Health Boards across Scotland.
We envisage awarding to 6 suppliers in this lot.
two.2.5) Award criteria
Quality criterion - Name: Training and Support / Weighting: 50%
Price - Weighting: 50%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
3 optional extension periods both consisting of 12 months can be utilised by the Authority.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Calibration
Lot No
11
two.2.2) Additional CPV code(s)
- 50433000 - Calibration services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Purchase and provision of Calibration Services. These will be purchased directly by Health Boards across Scotland.
We envisage awarding to 6 suppliers in this lot.
two.2.5) Award criteria
Quality criterion - Name: Calibration Support / Weighting: 30%
Price - Weighting: 70%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
3 optional extension periods both consisting of 12 months can be utilised by the Authority.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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: 66
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
Date
3 July 2023
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
Tender must be valid until: 2 October 2023
four.2.7) Conditions for opening of tenders
Date
3 July 2023
Local time
12:00pm
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
The Common Services Agency (more commonly known as National Services Scotland) (‘the Authority’) acting through its division
National Procurement, is undertaking this procurement 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).
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24300. 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:
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. They are also requested to provide a brief summary of the community benefits that have recently been delivered within Scotland, if at all, and also what impact and outcomes these have Page 16 to 17 achieved. Potential framework participants are required to summarise any proposed community benefits that will be developed and delivered as part of this contract if successful or, alternatively, potential framework participants confirm that they will engage with the NHS Scotland’s Community Benefits 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 an approved compliant route to the realisation of community benefits. For further information please visit NHSS Community Benefit Gateway.
(SC Ref:733784)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
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 operator 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 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
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. Economic operators are
entitled to write to the Authority after receipt of the notification should they require further clarification. The Authority will respond within
15 days of such a written request, but it should be noted that receipt by the Authority of such request during the standstill period may not
prevent the Authority from awarding the framework agreement following the expiry of the standstill period. Where an economic operator is
dissatisfied with the Authority’s response to its request for clarification, or considers that the framework agreement has been concluded in
breach of The Public Contracts (Scotland) Regulations 2015, such economic operator is advised to promptly seek independent legal advice.