- Scope of the procurement
- Lot 4. Revision Knee, all types
- Lot 5. Unicompartmental/ Partial Knee, all types
- Lot 8. Primary Hip - Hybrid -Cemented-Ceramic-Poly - Uncemented – ceiling price applies
- Lot 9. Primary Hip -Primary Hip – all Other types
- Lot 10. Revision Hip - all types
- Lot 11. Resurfacing Hip - all types
- Lot 12. Endoprosthesis Hip - all types
- Lot 13. Hip & Knee Technological Accessories (Unscored)
- Combination Lot – Hip and Knee Lot Combinations (Unscored)
- Enhanced Service Lot (Unscored)
- Lot 3. Primary Knee, all other types
- Lot 6. Primary Hip - Cemented-Metal-Poly-Cemented – ceiling price applies
- Lot 7. Primary Hip - Uncemented-Ceramic-Ceramic-Uncemented – ceiling price applies
- Lot 1. Primary Total Cruiciate Retaining Knee Replacement – ceiling price applies
- Lot 2. Primary Total Posterior Stabalised Knee Replacement – ceiling price applies
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
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.