Tender

Operating Tables & Theatre Lighting

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

F02: Contract notice

Notice identifier: 2022/S 000-016630

Procurement identifier (OCID): ocds-h6vhtk-03157d

Published 17 June 2022, 10:28am



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

Email

Michele.oboyle@nhs.net

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 -

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

(SC Ref:686648)

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 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.