Tender

Purchase of Orthopaedic Hip & Knee Implants & Consumables

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

F02: Contract notice

Notice identifier: 2024/S 000-016861

Procurement identifier (OCID): ocds-h6vhtk-046c56

Published 30 May 2024, 11:30am



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

eleanor.dickson@nhs.scot

Telephone

+44 7973948371

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

Purchase of Orthopaedic Hip & Knee Implants & Consumables

Reference number

NP68824

two.1.2) Main CPV code

  • 33183100 - Orthopaedic implants

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 and Facilities is undertaking this procurement of supply and delivery of Orthopaedic Hip & Knee Implants

and Consumables 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 of 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: £112,500,000

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

Revision Knee, all types

Lot No

4

two.2.2) Additional CPV code(s)

  • 33183100 - Orthopaedic implants

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Any or all locations of NHS Scotland Health Boards, all NHS Scotland Special Boards and/or the Authority

two.2.4) Description of the procurement

We require Orthopaedic Knee Implants for use in NHSS Revision Total Knee Replacement invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.

Lot 4 should include any product relevant to a Revision Total Knee Replacement of any type.

two.2.5) Award criteria

Quality criterion - Name: Quality - Clinical References / Weighting: 10

Quality criterion - Name: Service & support - Customer rep availability / Weighting: 5

Quality criterion - Name: Service & Support - Implementation & Training / Weighting: 5

Quality criterion - Name: Service & Support- Customer support & after sales / Weighting: 10

Quality criterion - Name: Service & Support - Business continuity & shortage management / Weighting: 5

Quality criterion - Name: Service & Suport - Loan Kits / Weighting: 5

Quality criterion - Name: Sustainability - Consignment Stock Management / Weighting: 10

Price - Weighting: 50

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 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

Unicompartmental/ Partial Knee, all types

Lot No

5

two.2.2) Additional CPV code(s)

  • 33183100 - Orthopaedic implants

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Any or all locations of NHS Scotland Health Boards, all NHS Scotland Special Boards and/or the Authority

two.2.4) Description of the procurement

We require Orthopaedic Knee Implants for use in NHSS Unicompartmental Knee Replacement invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel. Lot 5 should include any product relevant to a Unicompartmental or partial Knee Replacement of any type.

two.2.5) Award criteria

Quality criterion - Name: Quality - Clinical References / Weighting: 10

Quality criterion - Name: Service & Support - Customer rep availability / Weighting: 5

Quality criterion - Name: Service & Support - Implementation & training / Weighting: 5

Quality criterion - Name: Service & support - Customer support & after sales / Weighting: 10

Quality criterion - Name: Service & support - Business continuity & shortage management / Weighting: 5

Quality criterion - Name: Service & Support - Loan Kits / Weighting: 5

Quality criterion - Name: Sustainability - Consignment Stock Management / Weighting: 10

Price - Weighting: 50

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 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

Primary Hip - Hybrid -Cemented-Ceramic-Poly - Uncemented – ceiling price applies

Lot No

8

two.2.2) Additional CPV code(s)

  • 33183100 - Orthopaedic implants

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Any or all locations of NHS Scotland Health Boards, all NHS Scotland Special Boards and/or the Authority.

two.2.4) Description of the procurement

We require Orthopaedic Hip Implants for use in NHSS Primary Total Hip Replacement invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.

Lot 8 should include only those products relevant to a Primary Hybrid Total Hip Replacement i.e a cemented stem, ceramic head, polyethylene liner & uncemented metal cup, the cost of which should not exceed 1060 GBP

two.2.5) Award criteria

Quality criterion - Name: Quality - Clinical References / Weighting: 10

Quality criterion - Name: Service & support - Customer rep availability / Weighting: 5

Quality criterion - Name: Service & support - Implementation & training / Weighting: 5

Quality criterion - Name: Service & support - Customer support & after sales / Weighting: 10

Quality criterion - Name: Service & support - Business continuity & shortage management / Weighting: 5

Quality criterion - Name: Service & support - Loan Kits / Weighting: 5

Quality criterion - Name: Sustainability - Consignment Stock management / Weighting: 10

Price - Weighting: 50

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 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

Primary Hip -Primary Hip – all Other types

Lot No

9

two.2.2) Additional CPV code(s)

  • 33183100 - Orthopaedic implants

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Any or all locations of NHS Scotland Health Boards, all NHS Scotland Special Boards and/or the Authority.

two.2.4) Description of the procurement

We require Orthopaedic Hip Implants for use in NHSS Primary Hip Replacement invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel. Tendered items should meet criteria set out in the "Relevant to All Lots" tab on this worksheet. Lot 9 should include only those products relevant to a Primary Hip Replacement of any type which hasn't already been submitted to Lot 6, Lot 7 or Lot 8.

two.2.5) Award criteria

Quality criterion - Name: Quality - Clinical References / Weighting: 10

Quality criterion - Name: Service & support - Customer rep availability / Weighting: 5

Quality criterion - Name: Service & support - Implementation & training / Weighting: 5

Quality criterion - Name: Service & support - Customer support & after sales / Weighting: 10

Quality criterion - Name: Service & support - Business continuity & shortage management / Weighting: 5

Quality criterion - Name: Service & support - Loan Kits / Weighting: 5

Quality criterion - Name: Sustainability - Consignment stock management / Weighting: 10

Price - Weighting: 50

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 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

Revision Hip - all types

Lot No

10

two.2.2) Additional CPV code(s)

  • 33183100 - Orthopaedic implants

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Any or all locations of NHS Scotland Health Boards, all NHS Scotland Special Boards and/or the Authority.

two.2.4) Description of the procurement

We require Orthopaedic Hip Implants for use in NHSS Revision Total Hip Replacement invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel. Lot 10 should include only those products relevant to a Revision Hip Replacement.

two.2.5) Award criteria

Quality criterion - Name: Quality - Clinical References / Weighting: 10

Quality criterion - Name: Service & support - Customer rep availability / Weighting: 5

Quality criterion - Name: Service & support - Implementation & training / Weighting: 5

Quality criterion - Name: Service & support - Customer support & after sales / Weighting: 10

Quality criterion - Name: Service & support - Business continuity & shortage management / Weighting: 5

Quality criterion - Name: Service & support - Loan Kits / Weighting: 5

Quality criterion - Name: Sustainability - Consignment stock management / Weighting: 10

Price - Weighting: 50

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 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

Resurfacing Hip - all types

Lot No

11

two.2.2) Additional CPV code(s)

  • 33183100 - Orthopaedic implants

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Any or all locations of NHS Scotland Health Boards, all NHS Scotland Special Boards and/or the Authority.

two.2.4) Description of the procurement

We require Orthopaedic Hip Implants for use in NHSS Resurfacing Hip invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel. Lot 11 should include only those products relevant to a Resurfacing Hip.

two.2.5) Award criteria

Quality criterion - Name: Quality - Clinical References / Weighting: 10

Quality criterion - Name: Service & support - Customer rep availability / Weighting: 5

Quality criterion - Name: Service & support - Implementation & training / Weighting: 5

Quality criterion - Name: Service & support - Customer support & after sales / Weighting: 10

Quality criterion - Name: Service & support - Business continuity & shortage management / Weighting: 5

Quality criterion - Name: Service & support -Loan Kits / Weighting: 5

Quality criterion - Name: Sustainability - Consignment Stock management / Weighting: 10

Price - Weighting: 50

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 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

Endoprosthesis Hip - all types

Lot No

12

two.2.2) Additional CPV code(s)

  • 33183100 - Orthopaedic implants

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Any or all locations of NHS Scotland Health Boards, all NHS Scotland Special Boards and/or the Authority.

two.2.4) Description of the procurement

We require Orthopaedic Hip Implants for use in NHSS Endoprosthesis Hip invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.

Lot 12 should include only those products relevant to Endoprosthesis Hip Surgical Procedures.

two.2.5) Award criteria

Quality criterion - Name: Quality - Clinical References / Weighting: 10

Quality criterion - Name: Service & support - Customer rep availability / Weighting: 5

Quality criterion - Name: Service & support - Implementation & training / Weighting: 5

Quality criterion - Name: Service & support - Customer support & after sales / Weighting: 10

Quality criterion - Name: Service & support - Business continuity & shortage management / Weighting: 5

Quality criterion - Name: Service & support - Loan Kits / Weighting: 5

Quality criterion - Name: Sustainability - Consignment stock management / Weighting: 10

Price - Weighting: 50

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 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

Hip & Knee Technological Accessories (Unscored)

Lot No

13

two.2.2) Additional CPV code(s)

  • 33183100 - Orthopaedic implants

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Any or all locations of NHS Scotland Health Boards, all NHS Scotland Special Boards and/or the Authority

two.2.4) Description of the procurement

We require Technological Accessories related to the performance of Orthopaedic Hip And Knee Implants for use in NHSS Hip And Knee invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel. Products intended to be bid here should include, but not be limited to, consumables required for joint replacement assisted by computer animated or robotic surgery such as robotic attachments, navigation aids and/or surgical alignment tools, utilised in the performance of orthopaedic hip and/or knee procedures. Only bidders who have submitted products to at least one of the

scored lots (Lot 1-12) on this tender can submit to this lot.

PLEASE NOTE: This is an Unscored Lot. Boards will use the information provided here by all awarded suppliers to assess their local clinical requirements and decide who to commit to.

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

36

This contract is subject to renewal

Yes

Description of renewals

2 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

Combination Lot – Hip and Knee Lot Combinations (Unscored)

Lot No

14

two.2.2) Additional CPV code(s)

  • 33183100 - Orthopaedic implants

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Any or all locations of NHS Scotland Health Boards, all NHS Scotland Special Boards and/or the Authority.

two.2.4) Description of the procurement

We require Orthopaedic Hip And Knee Implants for use in NHSS Hip And Knee invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.

Bidders are requested to submit bids for combinations of Hip & Knee products, as previously tendered in Lots 1-13, with additional discounts in return for additional combined volume discounts from the Health Boards, or collaboration of Health Boards.

Please put forward your suggestions for bandings and percentage discount from 0-100 Contract Price.

Bidders may submit any number of combinations up to 100% of all Hips & Knees for Scotland. (Current Volume circa 18,000 procedures pa). Only bidders who have submitted tendered items to one or more of the scored lots (Lot1-13) can be considered for award to this lot.

PLEASE NOTE: This is an Unscored Lot. Boards will use the information provided here by all awarded suppliers to assess their local clinical requirements and decide who to commit to. This Lot is intended to reduce the need for mini competitions.

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

36

This contract is subject to renewal

Yes

Description of renewals

2 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

Enhanced Service Lot (Unscored)

Lot No

15

two.2.2) Additional CPV code(s)

  • 33183100 - Orthopaedic implants

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Any or all locations of NHS Scotland Health Boards, all NHS Scotland Special Boards and/or the Authority.

two.2.4) Description of the procurement

Bidders are requested to submit details of any Enhanced Service they offer. Key deliverables will be decided on a case by case basis but may include, but not be limited to, such evidenced criteria as:

- Reduced Waiting Times

- Streamlined Patient Pathway

- Reduced Hospital Bed Days

- Reduced Readmission Rate

- Lower Costs

- Enhanced Data Quality & Reporting

- Enhanced Inventory Management

- Innovation products which are expected to be ready for

sale within the timeframe of the contract award.

Bidders should submit details of any product or service offered, including unique selling points, for consideration, in 5,000 words or less. Responses should include relevant case studies, successes and details of how purchase of these services, in addition to commitment volumes on Lots 1-13 inclusive, will positively impact commitment volume prices for Health boards. Only Bidders who have submitted products for consideration to one or more of the scored lots on this tender (Lots 1-13) can be awarded to this lot.

PLEASE NOTE: This is an Unscored Lot. Boards will use the information provided here by all awarded suppliers to assess their local clinical requirements.

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

36

This contract is subject to renewal

Yes

Description of renewals

2 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

Primary Knee, all other types

Lot No

3

two.2.2) Additional CPV code(s)

  • 33183100 - Orthopaedic implants

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

all Locations of NHS Scotland Health Boards, all NHS Scotland Special Boards and/or the Authority

two.2.4) Description of the procurement

We require Orthopaedic Knee Implants for use in NHSS Primary Total Knee Replacement invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.

Lot 3 should include any product relevant to a Primary Total Knee Replacement of any type which hasn't already been submitted to Lot 1 or Lot 2.

two.2.5) Award criteria

Quality criterion - Name: Quality - Clinical Refrences / Weighting: 10

Quality criterion - Name: Service & Support - Customer rep availability / Weighting: 5

Quality criterion - Name: Service & Support - Implementation & Training / Weighting: 5

Quality criterion - Name: Service & Support - Customer support package & after sales / Weighting: 10

Quality criterion - Name: Servcie & Support - Business continuity & shortage management / Weighting: 5

Quality criterion - Name: service & Support - Loan Kits / Weighting: 5

Quality criterion - Name: Sustainability - Consignment Stock Management / Weighting: 10

Price - Weighting: 50

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 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

Primary Hip - Cemented-Metal-Poly-Cemented – ceiling price applies

Lot No

6

two.2.2) Additional CPV code(s)

  • 33183100 - Orthopaedic implants

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Any or all locations of NHS Scotland Health Boards, all NHS Scotland Special Boards and/or the Authority.

two.2.4) Description of the procurement

We require Orthopaedic Hip Implants for use in NHSS Primary Total Hip Replacement invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.

Lot 6 should include only those products relevant to a Primary Cemented Total Hip Replacement i.e a cemented stem, metal head, polyethylene liner & cemented cup, the cost of which should not exceed 605 GBP

two.2.5) Award criteria

Quality criterion - Name: Quality - Clinical references / Weighting: 10

Quality criterion - Name: Service & support - Customer rep availability / Weighting: 5

Quality criterion - Name: Service & support - Implementation & training / Weighting: 5

Quality criterion - Name: Service & support - Customer Support & after sales / Weighting: 10

Quality criterion - Name: Service & support - Business continuity & shortage management / Weighting: 5

Quality criterion - Name: Service & support - Loan kits / Weighting: 5

Quality criterion - Name: Sustainability - Consignment stock management / Weighting: 10

Price - Weighting: 50

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 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

Primary Hip - Uncemented-Ceramic-Ceramic-Uncemented – ceiling price applies

Lot No

7

two.2.2) Additional CPV code(s)

  • 33183100 - Orthopaedic implants

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Any or all locations of NHS Scotland Health Boards, all NHS Scotland Special Boards and/or the Authority.

two.2.4) Description of the procurement

We require Orthopaedic Hip Implants for use in NHSS Primary Total Hip Replacement invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.

Lot 7 should include only those products relevant to a Primary Uncemented Total Hip Replacement i.e an uncemented stem, ceramic head, ceramic liner & uncemented metal cup, the cost of which should not exceed 1,375 GBP

two.2.5) Award criteria

Quality criterion - Name: Quality - Clinical References / Weighting: 10

Quality criterion - Name: Service & support - Customer rep availability / Weighting: 5

Quality criterion - Name: Service & support - Implementation & training / Weighting: 5

Quality criterion - Name: Service & support - Customer support & after sales / Weighting: 10

Quality criterion - Name: Service & support - Business continuity & shortage management / Weighting: 5

Quality criterion - Name: Service & support - Loan Kits / Weighting: 5

Quality criterion - Name: Sustainability - Consignment Stock management / Weighting: 10

Price - Weighting: 50

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 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

Primary Total Cruiciate Retaining Knee Replacement – ceiling price applies

Lot No

1

two.2.2) Additional CPV code(s)

  • 33183100 - Orthopaedic implants

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

all Locations of NHS Scotland Health Boards, all NHS Scotland Special Boards and/or the Authority.

two.2.4) Description of the procurement

We require Orthopaedic Knee Implants for use in NHSS Primary Total Knee Replacement invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.

Lot 1 should include only those products relevant to a Primary Total Cruciate Retaining Knee Replacement Construct i.e a femoral component, Tibial insert, Tibial Tray and, in some instances a Patella, the cost of which should not exceed 1,178 GBP. Where a Patella is not required, the cost of the 3 item assembly should not exceed 1100 GBP.

two.2.5) Award criteria

Quality criterion - Name: Quality - Clinical References / Weighting: 10

Quality criterion - Name: Service & Support - Customer Rep Availability / Weighting: 5

Quality criterion - Name: Service & Support - Implementation & Training / Weighting: 5

Quality criterion - Name: Service & Support - Customer Support Package & After Sales / Weighting: 10

Quality criterion - Name: Service & Support - Business Continuity & Shortage Management / Weighting: 5

Quality criterion - Name: Service & Support - Loan Kits / Weighting: 5

Quality criterion - Name: Sustainability - Consignment Stock Management / Weighting: 10

Price - Weighting: 50

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 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

Primary Total Posterior Stabalised Knee Replacement – ceiling price applies

Lot No

2

two.2.2) Additional CPV code(s)

  • 33183100 - Orthopaedic implants

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

all Locations of NHS Scotland Health Boards, all NHS Scotland Special Boards and/or the Authority.

two.2.4) Description of the procurement

We require Orthopaedic Knee Implants for use in NHSS Primary Total Knee Replacement invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.

Lot 2 should include only those products relevant to a Primary Total Posterior Stabalised Knee Replacement Construct i.e a femoral component, Tibial insert, Tibial Tray and, in some instances a Patella, the cost of which should not exceed 1,178 GPB. Where a Patella is not required, the cost of the 3 item assembly should not exceed 1100 GBP

two.2.5) Award criteria

Quality criterion - Name: Quality - Clinical Reference / Weighting: 10

Quality criterion - Name: Service & Support - Customer rep availability / Weighting: 5

Quality criterion - Name: Service & Support - Implementation & Training / Weighting: 5

Quality criterion - Name: Service & Support - Customer support package & after sales / Weighting: 10

Quality criterion - Name: Service & Support - Business continuity & shortage management / Weighting: 5

Quality criterion - Name: Service & Support - Loan Kits / Weighting: 5

Quality criterion - Name: Sustainability - Consignment Stock Management / Weighting: 10

Price - Weighting: 50

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 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

List and brief description of selection criteria

(1) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the

candidate in respect of the activities which are similar type to the subject matter of the notice.

(2) All candidates will be required to provide statement of accounts or extracts relating to their business.

See contract/tender documentation which incorporates the requirements of the ESPD (Scotland) and the financial period of reporting is the

previous 3 financial years.

Minimum level(s) of standards possibly required

Employers (Compulsory) Liability Insurance GBP 5,000,000 minimum

Public Liability Insurance GBP 5,000,000 minimum

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: 15

In the case of framework agreements, provide justification for any duration exceeding 4 years:

The total potential Framework period is 5 years (3 years + 2 x 12month extensions). The Framework term has been extended to allow, in this clinically complex area, time for product change and standardisation, opportunity for the health boards to consolidate, and for the market to stabilise.

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.2.2) Time limit for receipt of tenders or requests to participate

Date

1 August 2024

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: 31 January 2025

four.2.7) Conditions for opening of tenders

Date

1 August 2024

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 value in Section II.1.5 (112,500,000 GBP) refers to the full value of the framework including any extension options.

The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 26762.

For more information see:

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:

The contractor shall ensure that all contracts with sub-contractors and suppliers which the Contractor intends to procure following the

Commencement Date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular

Sub-contractor or supplier, are advertised through the Public Contracts Scotland procurement portal (www.publiccontractsscotland.gov.uk)

and awarded a fair, open transparent and competitive process proportionate to the nature and value of the contract.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26762. 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:

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:

Employability / targeted recruitment & training

Supply chain initiatives

Workshops / Mentoring

Third sector engagement

Community consultation / engagement / events

Educational initiatives

Community benefits are included, but not mandatory, 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: In accordance with the Procurement Reform Act 2014, this

Framework invites consideration of Community Benefits.

Provision of Community Benefits is an

Unscored requirement in this tender.

For more information see:

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:

The contractor shall ensure that all contracts with sub-contractors and suppliers which the Contractor intends to procure following the

Commencement Date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular

Sub-contractor or supplier, are advertised through the Public Contracts Scotland procurement portal (www.publiccontractsscotland.gov.uk)

and awarded a fair, open transparent and competitive process proportionate to the nature and value of the contract.

(SC Ref:766753)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court House

27 Chambers Street,

Edinburgh

EH1 1LB

Country

United Kingdom

Internet address

http://www.nhsscotlandprocurement.scot.nhs.uk

six.4.2) Body responsible for mediation procedures

Sheriff Court House

27 Chambers Street,

Edinburgh

EH1 1LB

Country

United Kingdom

Internet address

http://www.nhsscotlandprocurement.scot.nhs.uk

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.