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
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
http://www.nhsscotlandprocurement.scot.nhs.uk/
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
http://publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://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
Operating Tables & Theatre Lighting
Reference number
NP162-22
two.1.2) Main CPV code
- 33192230 - Operating tables
two.1.3) Type of contract
Supplies
two.1.4) Short description
The supply and maintenance of Mobile Operating Tables, Transfer Systems, Surgical Trolley Systems, including accessories, and Operating Theatre Lights (LED) for all clinical specialties, including, but not limited to, vascular, orthopaedics, neurology, urology, gynaecology, colorectal surgery.
two.1.5) Estimated total value
Value excluding VAT: £2,300,000
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
Surgical Trolley Systems
Lot No
3
two.2.2) Additional CPV code(s)
- 33169000 - Surgical instruments
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Any, or all locations of NHS Scotland.
two.2.4) Description of the procurement
The supply and delivery of Surgical Trolley Systems. All suppliers awarded to the framework must be able to provide a full project management service which includes pre-installation assessment, supply, delivery, assembly, final placement, installation and handover.
two.2.5) Award criteria
Quality criterion - Name: Technical and Functional / Weighting: 30
Quality criterion - Name: Support & Service / Weighting: 20
Cost criterion - Name: Cost / 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 optional 24 month extension
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
Mobile Operating Tables
Lot No
1
two.2.2) Additional CPV code(s)
- 33192230 - Operating tables
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Any, or all locations of NHS Scotland.
two.2.4) Description of the procurement
The supply and delivery of Mobile Operating Tables. All suppliers awarded to the framework must be able to provide a full project management service which includes pre-installation assessment, supply, delivery, assembly, final placement, installation and handover.
two.2.5) Award criteria
Quality criterion - Name: Technical and Functional / Weighting: 30
Quality criterion - Name: Support & Service / Weighting: 20
Cost criterion - Name: Cost / 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 optional 24 month extension
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
Transfer Systems
Lot No
2
two.2.2) Additional CPV code(s)
- 33192230 - Operating tables
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Any, or all locations of NHS Scotland.
two.2.4) Description of the procurement
The supply and delivery of Transfer Systems. All suppliers awarded to the framework must be able to provide a full project management service which includes pre-installation assessment, supply, delivery, assembly, final placement, installation and handover.
two.2.5) Award criteria
Quality criterion - Name: Technical and Functional / Weighting: 30
Quality criterion - Name: Support & Service / Weighting: 20
Cost criterion - Name: cost / 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 optional 24 month extension
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
Maintenance
Lot No
7
two.2.2) Additional CPV code(s)
- 33192230 - Operating tables
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Any, or all locations of NHS Scotland.
two.2.4) Description of the procurement
The delivery of Maintenance for Operating Tables.
two.2.5) Award criteria
Quality criterion - Name: Service and Support / Weighting: 50
Cost criterion - Name: Cost / 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 optional 24 month extension
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
Pendants
Lot No
6
two.2.2) Additional CPV code(s)
- 33162100 - Operating-theatre devices
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Any or all Locations in NHS Scotland
two.2.4) Description of the procurement
The supply and delivery of Theatre Pendants. All suppliers awarded to the framework must be able to provide a full project management service which includes pre-installation assessment, supply, delivery, assembly, final placement, installation and handover. Ans any turnkey works that maybe required
two.2.5) Award criteria
Quality criterion - Name: Service and Support / Weighting: 50
Cost criterion - Name: Cost / 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 optional 24 month renewal
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
Mattresses
Lot No
5
two.2.2) Additional CPV code(s)
- 39143112 - Mattresses
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Any, or all locations of NHS Scotland.
two.2.4) Description of the procurement
The supply and delivery of Mattresses. All suppliers awarded to the framework must be able to provide a full project management service which includes pre-installation assessment, supply, delivery, assembly, final placement, installation and handover.
two.2.5) Award criteria
Quality criterion - Name: Service and Support / Weighting: 50
Cost criterion - Name: Cost / 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 optional 24 month extension
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
Theatre Lighting
Lot No
4
two.2.2) Additional CPV code(s)
- 31524110 - Operating-theatre lamps
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Any, or all locations of NHS Scotland.
two.2.4) Description of the procurement
The supply and delivery of Theatre Lighting. All suppliers awarded to the framework must be able to provide a full project management service which includes pre-installation assessment, supply, delivery, assembly, final placement, installation and handover.
two.2.5) Award criteria
Quality criterion - Name: Service and Support / Weighting: 50
Cost criterion - Name: Cost / 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 optional 24 month extension
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.1.2) Economic and financial standing
List and brief description of selection criteria
All candidates will be required to provide a statement, covering the 3 previous financial years accounts including turnover as detailed in SPD
three.1.3) Technical and professional ability
List and brief description of selection criteria
All bidders will be required to provide 3 previous financial years accounts ( Mandatory )
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.6) Information about electronic auction
An electronic auction will be used
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: 2022/S 000-003810
four.2.2) Time limit for receipt of tenders or requests to participate
Date
22 July 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
22 July 2022
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
six.3) Additional information
This Framework Agreement will apply to:
— 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,
— Scottish Ambulance Services,
— The Common Services Agency for the Scottish Health Service,
— The State Hospitals for Scotland.
The buyer is using PCS_Tender to conduct this ITT exercise. The project code is 21413.
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 21413. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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 NHS Scotland, if at all, and also what impact and outcomes these have achieved.
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:686648)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court house
27 Chambers Street
Edinburgh
EH1 1LB
Telephone
+44 131225252
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.