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
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 to the above-mentioned address
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
Dental Sundries
Reference number
NP502/21
two.1.2) Main CPV code
- 33141800 - Dental consumables
two.1.3) Type of contract
Supplies
two.1.4) Short description
This contract framework is for the provision of Dental Sundries for NHSS Health Boards including the following commodity groups;
Consumables, Standard Endodontics, Finishing and Polishing, General Hygiene, Hand Instruments, Hand Pieces, Impressions, Linings and Cements, Matrix Systems, Oral Hygiene, Pins & Posts, Prevention, Restoratives, Rotary Instruments, Surgical, Temporary Crowns and Materials.
For NHSS Hospital locations. General Dental Practitioners (GDPs) are not in scope for this framework.
All products are supplied directly to the individual Health Boards across Scotland.
two.1.5) Estimated total value
Value excluding VAT: £12,200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 33141800 - Dental consumables
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
This contract framework is for the provision of Dental Sundries for NHSS Health Boards including the following commodity groups;
Consumables, Standard Endodontics, Finishing and Polishing, General Hygiene, Hand Instruments, Hand Pieces, Impressions, Linings and Cements, Matrix Systems, Oral Hygiene, Pins & Posts, Prevention, Restoratives, Rotary Instruments, Surgical, Temporary Crowns and Materials.
For NHSS Hospital locations. General Dental Practitioners (GDPs) are not in scope for this framework.
We will award this framework as a Multi Supplier Unranked Award, were we envisage awarding three (3) suppliers.
two.2.5) Award criteria
Quality criterion - Name: Training and Support / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £12,200,000
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
Authority has 2 x 12 months 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.1.2) Economic and financial standing
List and brief description of selection criteria
3 years financial accounts
Minimum level(s) of standards possibly required
see Tender 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
Accelerated procedure
Justification:
Following unforeseen issues with the previous procurement, the accelerated procedure is required to meet the needs of the service and allow use of the internal and external resource already allocated.
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: 3
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
6 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
31 August 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
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21629. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Values in II.1.5 and II.2.6 cover the full duration of the contract and any optional years that may be exercised.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21629. 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 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:697075)
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
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 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.