Tender

PVC & Luer Lock Syringes

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

F02: Contract notice

Notice identifier: 2023/S 000-017007

Procurement identifier (OCID): ocds-h6vhtk-03d682

Published 15 June 2023, 11:47am



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

hannah.thomson5@nhs.scot

Telephone

+44 1312757454

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

PVC & Luer Lock Syringes

Reference number

NP640/23

two.1.2) Main CPV code

  • 33141310 - Syringes

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 PVC and Luer Lock Syringes Products 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 or 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: £12,500,000

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

Ported PVC Safety 14G to 22G

Lot No

1

two.2.2) Additional CPV code(s)

  • 33141220 - Cannulae

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require a Peripheral Venous Catheter (PVC) with the below features:

Supports effective and efficient insertion within the differing environments that it may be expected to be used across NHS Scotland – such that the catheter and needle are sufficiently flexible while retaining rigidity to maximise first pass insertion rate and minimise patient risk/discomfort.

two.2.5) Award criteria

Quality criterion - Name: Functional Characteristics / Weighting: 40%

Quality criterion - Name: Training & Support / Weighting: 5%

Quality criterion - Name: Implementation / Weighting: 5%

Price - Weighting: 50%

two.2.6) Estimated value

Value excluding VAT: £5,000,000

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

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

Non-Ported PVC Safety 18G to 22G

Lot No

2

two.2.2) Additional CPV code(s)

  • 33141220 - Cannulae

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require a Peripheral Venous Catheter (PVC) with the below features:

Supports effective and efficient insertion within the differing environments that it may be expected to be used —such that the catheter and needle are sufficiently flexible while retaining rigidity to maximise first pass insertion rate and minimise patient risk/discomfort.

two.2.5) Award criteria

Quality criterion - Name: Training & Support / Weighting: 25%

Quality criterion - Name: Implementation / Weighting: 25%

Price - Weighting: 50%

two.2.6) Estimated value

Value excluding VAT: £350,000

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

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

Ported PVC Safety 24G

Lot No

3

two.2.2) Additional CPV code(s)

  • 33141220 - Cannulae

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require a Peripheral Venous Catheter (PVC) with the below features:

Supports effective and efficient insertion within the differing environments that it may be expected to be used —such that the catheter and needle are sufficiently flexible while retaining rigidity to maximise first pass insertion rate and minimise patient risk / discomfort.

two.2.5) Award criteria

Quality criterion - Name: Training & Support / Weighting: 25%

Quality criterion - Name: Implementation / Weighting: 25%

Price - Weighting: 50%

two.2.6) Estimated value

Value excluding VAT: £62,500

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

Non-Ported PVC Safety 24G+

Lot No

4

two.2.2) Additional CPV code(s)

  • 33141220 - Cannulae

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require a Peripheral Venous Catheter (PVC) with the below features:

Supports effective and efficient insertion within the differing environments that it may be expected to be used —such that the catheter and needle are sufficiently flexible while retaining rigidity to maximise first pass insertion rate and minimise patient risk / discomfort.

two.2.5) Award criteria

Quality criterion - Name: Training & Support / Weighting: 25%

Quality criterion - Name: Implementation / Weighting: 25%

Price - Weighting: 50%

two.2.6) Estimated value

Value excluding VAT: £175,000

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

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

Non-Ported PVC 24G to 26G

Lot No

5

two.2.2) Additional CPV code(s)

  • 33141220 - Cannulae

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require a Peripheral Venous Catheter (PVC) with the below features:

Supports effective and efficient insertion within the differing environments that it may be expected to be used —such that the catheter and needle are sufficiently flexible while retaining rigidity to maximise first pass insertion rate and minimise patient risk / discomfort.

two.2.5) Award criteria

Quality criterion - Name: Training & Support / Weighting: 25%

Quality criterion - Name: Implementation / Weighting: 25%

Price - Weighting: 50%

two.2.6) Estimated value

Value excluding VAT: £285,000

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

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

Luer Lock Syringes 5ml to 50ml (graduated to 60ml)

Lot No

6

two.2.2) Additional CPV code(s)

  • 33141310 - Syringes

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require a Luer Lock Syringe in line with ISO 7886-1 (Sterile hypodermic syringes for single use — Part 1:Syringes for manual use).

Luer lock mechanism in line with ISO 594:1986- ‘Conical fittings with a 6 % (Luer) taper for syringes, needles and certain other medical equipment’.

two.2.5) Award criteria

Quality criterion - Name: Functional Characteristics / Weighting: 5%

Quality criterion - Name: Implementation / Weighting: 35%

Quality criterion - Name: Training & Support / Weighting: 10%

Price - Weighting: 50%

two.2.6) Estimated value

Value excluding VAT: £6,325,000

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

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

3 years financial accounts

Minimum level(s) of standards possibly required

Potential Framework Participants must confirm the limits of indemnity per occurrence and aggregate for Public Liability, and any other relevant insurances are above the minimum of 2 million UKGBP for any one incident in any one year. Potential framework participants must confirm Employer liability of 5 million UKGBP.

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

1. All products must be CE/UKCA Marked in accordance with MDD 93/42/EEC (to be superseded by UKCA Regulation)

2. All products must be single use

3. All products must be sterile

4. All products must be Latex free (inclusive of packaging)

5. Potential framework participants must confirm all products tendered for contain batch/lot codes with expiry dates in lowest unit configuration

6. Compliance with GS1/Scan for Safety

7. Potential bidders must have a minimum of 1 Whole Time Equivalent (WTE) for the duration of the framework, including the extension periods, covering all NHS Scotland Health Boards

8. Compliance with ISO 13485 or equivalent

9. Where there are any product changes, the Authority must be given 90 days' notice


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: 30

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2017/S 050-091627

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

Date

17 July 2023

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

17 July 2023

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 values in Sections II.1.5 and II.2.6 cover the full duration of the framework including any extension options that may be exercised.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23877. 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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23877. 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.

For further information please visit

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

(SC Ref:733894)

six.4) Procedures for review

six.4.1) Review body

The Common Services Agency (more commonly known as NHS National Services Scotland) ('the Authority')

Sheriff Court House, 27 Chambers Street

Edinburgh

EH11 1LB

Telephone

+44 1312252525

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