- Scope of the procurement
- Lot 1. Large Bone Surgical power tools with Battery, Electric or Pneumatic Power Source
- Lot 2. Small Bone Surgical power tools with Battery, Electric or Pneumatic Power Source
- Lot 3. Spinal/Neuro/ CMF/ ENT Power tools with Electric or Pneumatic Power source
- Lot 4. Orthopaedic Power Tool Consumables
- Lot 5. Orthopaedic Power Tool Accessories
- Lot 6. Bone Cement
- Lot 7. Bone Graft & Biomaterials, moulds & custom 3D printed items (Unscored)
- Lot 8. Bone Cement Vacuum Mixing Systems – all Types
- Lot 9. Bone Cement Accessories
- Lot 10. Pulse Lavage irrigation system (Fully or partially disposable)
- Lot 11. Tourniquet Cuffs (Disposable & Reusable)
- Lot 12. Tourniquet Accessories (Machinery/ Exsanguinators)
- Lot 13. Other related items not covered by previous Lots (Unscored)
- Combination Lot (unscored)
- Enhanced Service Lot (unscored)
Section one: Contracting authority
one.1) Name and addresses
The Common Services Agency (more commonly known as NHS National Services Scotland) ("NSS")
Gyle Square (NSS Head Office), 1 South Gyle Crescent
Edinburgh
EH12 9EB
Contact
Eleanor Dickson
Telephone
+44 1698794410
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
http://www.nhsscotlandprocurement.scot.nhs.uk/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
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 Power Tools, Bone Cement, Mixing Systems, Pulse Lavage & Tourniquets
Reference number
NP69921
two.1.2) Main CPV code
- 33141700 - Orthopaedic supplies
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 Power Tools, Bone Cement, Mixing Systems, Pulse Lavage & Tourniquets 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: £25,000,000
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
Large Bone Surgical power tools with Battery, Electric or Pneumatic Power Source
Lot No
1
two.2.2) Additional CPV code(s)
- 33141700 - Orthopaedic supplies
- 33183000 - Orthopaedic support devices
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 Large Bone Orthopaedic Surgical Power Tools with Electric, Battery or Pneumatic power source for NHSS invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.
Lot One (1) should include only those products relevant to Large Bone Orthopaedic Surgical Power Tools.
Lot One (1) is being awarded as an unranked Multi Supplier Framework to a maximum of Twenty (20) suppliers.
two.2.5) Award criteria
Quality criterion - Name: Training & Implementation / Weighting: 10
Quality criterion - Name: Quality - Clinical Reference / Weighting: 10
Quality criterion - Name: After Sales, Service & Maintenance / Weighting: 25
Quality criterion - Name: Consignment Stock Management / Weighting: 5
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
Small Bone Surgical power tools with Battery, Electric or Pneumatic Power Source
Lot No
2
two.2.2) Additional CPV code(s)
- 33141700 - Orthopaedic supplies
- 33183000 - Orthopaedic support devices
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 Small Bone Orthopaedic Surgical Power Tools with Electric, Battery or Pneumatic power source for NHSS invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.
Lot Two (2) should include only those products relevant to Small Bone Orthopaedic Surgical Power Tools.
Lot Two (2) is being awarded as an unranked Multi Supplier Framework to a maximum of twenty (20) suppliers.
two.2.5) Award criteria
Quality criterion - Name: Training & Implementation / Weighting: 10
Quality criterion - Name: Quality - Clinical References / Weighting: 10
Quality criterion - Name: Consignment Stock Management / Weighting: 5
Quality criterion - Name: After Sales, Service & Maintenance / Weighting: 25
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
Spinal/Neuro/ CMF/ ENT Power tools with Electric or Pneumatic Power source
Lot No
3
two.2.2) Additional CPV code(s)
- 33141700 - Orthopaedic supplies
- 33183000 - Orthopaedic support devices
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 Precision Orthopaedic Surgical Power Tools with Electric or Pneumatic power source for NHSS invasive Spinal/ Neuro/ ENT/ CMF surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.
Lot Three (3) should include only those products relevant to Precision Orthopaedic Surgical Power Tools for Spinal/ Neuro/ ENT/ CMF surgical procedures.
Lot Three (3) is being awarded as an unranked Multi Supplier Framework to a maximum of twenty (20) suppliers.
two.2.5) Award criteria
Quality criterion - Name: Training & Implementation / Weighting: 10
Quality criterion - Name: Quality - Clinical References / Weighting: 10
Quality criterion - Name: After Sales, Service & Maintenance / Weighting: 25
Quality criterion - Name: Consignment Stock Management / Weighting: 5
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
Orthopaedic Power Tool Consumables
Lot No
4
two.2.2) Additional CPV code(s)
- 33141700 - Orthopaedic supplies
- 33183000 - Orthopaedic support devices
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 all relevant consumables for Orthopaedic Surgical Power Tools with Electric, Battery or Pneumatic power source for NHSS invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.
Lot Four (4) should include only those products relevant to Consumables for Orthopaedic Surgical Power Tools for surgical procedures.
Lot Four (4) is being awarded as an unranked Multi Supplier Framework to a maximum of twenty (20) suppliers.
two.2.5) Award criteria
Quality criterion - Name: Training & Implementation / Weighting: 10
Quality criterion - Name: Quality - Clinical References / Weighting: 10
Quality criterion - Name: After Sales, Service & Maintenance / Weighting: 25
Quality criterion - Name: Consignment Stock Management / Weighting: 5
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
Orthopaedic Power Tool Accessories
Lot No
5
two.2.2) Additional CPV code(s)
- 33141700 - Orthopaedic supplies
- 33183000 - Orthopaedic support devices
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 all relevant accessories for Orthopaedic Surgical Power Tools with Battery, Electric or Pneumatic power source for NHSS invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.
Lot Five (5) should include only those products relevant to Accessories for Orthopaedic Surgical Power Tools for surgical procedures.
Lot Five (5) is being awarded as an unranked Multi Supplier Framework to a maximum of twenty (20) suppliers.
two.2.5) Award criteria
Quality criterion - Name: Training & Implementation / Weighting: 10
Quality criterion - Name: Quality - Clinical References / Weighting: 10
Quality criterion - Name: After Sales, Service & Maintenance / Weighting: 25
Quality criterion - Name: Consignment Stock Management / Weighting: 5
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
Bone Cement
Lot No
6
two.2.2) Additional CPV code(s)
- 33141700 - Orthopaedic supplies
- 33183000 - Orthopaedic support devices
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 Bone Cement for NHSS invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.
Bidders to this lot must provide evidence of long term outcome data of 10 years+ on the Arthroplasty Register, or equivalent, and/or evidence of peer reviewed RSA data that measures creep in order to qualify to submit a tender to this lot.
Lot Six (6) should include only those products relevant to Orthopaedic Bone Cement for surgical procedures.
Lot Six (6) is being awarded as an unranked Multi Supplier Framework to a maximum of Fifteen (15) suppliers.
two.2.5) Award criteria
Quality criterion - Name: Training & Implementation / Weighting: 10
Quality criterion - Name: Quality - Clinical References / Weighting: 10
Quality criterion - Name: After Sales, Service & Maintenance / Weighting: 25
Quality criterion - Name: Consignment Stock Management / Weighting: 5
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
Bone Graft & Biomaterials, moulds & custom 3D printed items (Unscored)
Lot No
7
two.2.2) Additional CPV code(s)
- 33141700 - Orthopaedic supplies
- 33183000 - Orthopaedic support devices
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 Bone Graft & Biomaterials, moulds & custom 3D printed items for use in NHSS surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel. Bidders to this lot offering Bone Graft or Biomaterials must be licensed members of the Human Tissue Authority (HTA), European Association of Tissue Banks(EATB), or equivalent in order to submit a tender.
Lot Seven (7) should include any Bone Graft & Biomaterials, moulds & custom 3D printed items which are of use in orthopaedic surgical procedures.
PLEASE NOTE: Lot Seven (7) is an Unscored Lot. Boards will use the information provided here by all awarded suppliers to assess their local clinical requirements.
Lot Seven (7) has been awarded as an unranked Multi Supplier Framework to a maximum of Thirty (30) suppliers.
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
Bone Cement Vacuum Mixing Systems – all Types
Lot No
8
two.2.2) Additional CPV code(s)
- 33141700 - Orthopaedic supplies
- 33183000 - Orthopaedic support devices
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 Bone Cement Vacuum Mixing Systems (including Cartridge, Syringe Set & Bowl Mixing Systems types) for NHSS invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel. Please note, only vacuum systems can be tendered to this lot.
To submit a tender for this lot, bidders are required to confirm that you are willing and able to provide published evidence of tendered vacuum system quality to health boards upon request.
Lot Eight (8) should include only those products relevant to Orthopaedic Bone Cement Vacuum Mixing Systems for surgical procedures.
Lot Eight (8) is being awarded as an unranked Multi Supplier Framework to a maximum of Fifteen (15) suppliers.
two.2.5) Award criteria
Quality criterion - Name: Training & Implementation / Weighting: 10
Quality criterion - Name: Quality - Clinical References / Weighting: 10
Quality criterion - Name: After Sales, Service & Maintenance / Weighting: 25
Quality criterion - Name: Consignment Stock Management / Weighting: 5
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
Bone Cement Accessories
Lot No
9
two.2.2) Additional CPV code(s)
- 33141700 - Orthopaedic supplies
- 33183000 - Orthopaedic support devices
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 Bone Cement Accessories
for NHSS invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.
Lot Nine (9) should include only those products relevant to Orthopaedic Bone Cement Accessories for surgical procedures.
Lot Nine (9) is being awarded as an unranked Multi Supplier Framework to a maximum of Fifteen (15) suppliers.
two.2.5) Award criteria
Quality criterion - Name: Quality - Clinical References / Weighting: 10
Quality criterion - Name: After Sales, Service & Maintenance / Weighting: 25
Quality criterion - Name: Training & Implementation / Weighting: 10
Quality criterion - Name: Consignment Stock Management / Weighting: 5
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
Pulse Lavage irrigation system (Fully or partially disposable)
Lot No
10
two.2.2) Additional CPV code(s)
- 33141700 - Orthopaedic supplies
- 33183000 - Orthopaedic support devices
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 Pulse Lavage Irrigation Systems for NHSS invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.
Products tendered to this lot must have short and long nozzle *diameter less than 12/14 mm to allow for all applications (long: bone canal lavage for cementation, short: all other), and must have the option of high flow/low pressure and lower flow/high pulse/pressure in order to be considered for award.
Lot Ten (10) should include only those products relevant to Orthopaedic pulse lavage irrigation systems for surgical procedures.
Lot Ten (10) is being awarded as an unranked Multi Supplier Framework to a maximum of Fifteen (15) suppliers.
two.2.5) Award criteria
Quality criterion - Name: Quality - Clinical References / Weighting: 10
Quality criterion - Name: After Sales, Service & Maintenance / Weighting: 25
Quality criterion - Name: Training & Implementation / Weighting: 10
Quality criterion - Name: Consignment Stock Management / Weighting: 5
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
Tourniquet Cuffs (Disposable & Reusable)
Lot No
11
two.2.2) Additional CPV code(s)
- 33141700 - Orthopaedic supplies
- 33183000 - Orthopaedic support devices
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 Tourniquet Cuffs for NHSS invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.
Lot Eleven (11) should include only those products relevant to Tourniquet Cuffs, disposable & reusable for surgical procedures.
Lot Eleven (11) is being awarded as an unranked Multi Supplier Framework to a maximum of ten (10) suppliers.
two.2.5) Award criteria
Quality criterion - Name: Quality - Clinical References / Weighting: 10
Quality criterion - Name: After Sales, Service & Maintenance / Weighting: 25
Quality criterion - Name: Training & Implementation / Weighting: 10
Quality criterion - Name: Consignment Stock Management / Weighting: 5
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
Tourniquet Accessories (Machinery/ Exsanguinators)
Lot No
12
two.2.2) Additional CPV code(s)
- 33141700 - Orthopaedic supplies
- 33183000 - Orthopaedic support devices
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 Tourniquet Cuff Accessories for NHSS invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.
Lot Twelve (12) should include only those products relevant to Tourniquet Cuff Accessories for surgical procedures.
Lot Twelve (12) is being awarded as an unranked Multi Supplier Framework to a maximum of ten (10) suppliers.
two.2.5) Award criteria
Quality criterion - Name: Quality - Clinical References / Weighting: 10
Quality criterion - Name: After Sales, Service & Maintenance / Weighting: 25
Quality criterion - Name: Training & Implementation / Weighting: 10
Quality criterion - Name: Consignment Stock Management / Weighting: 5
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
Other related items not covered by previous Lots (Unscored)
Lot No
13
two.2.2) Additional CPV code(s)
- 33141700 - Orthopaedic supplies
- 33183000 - Orthopaedic support devices
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
Bidders are requested to submit details of any items they offer, which are suitable for inclusion in the description Orthopaedic Power Tools, Bone cement, Mixing Systems, Pulse Lavage & Tourniquets but, by
their description, cannot be submitted in any of the lots 1-12. Key deliverables will be decided on a case by case basis.
In order to be awarded to Lot Thirteen (13), bidders are required to be awarded to one or more of the scored lots (1-12) on this tender. The products tendered to this lot must not be tendered on any other lot within this Framework.
PLEASE NOTE: Lot Thirteen (13) is an Unscored Lot. Boards will use the information provided here by all awarded suppliers to assess their
local clinical requirements.
Lot Thirteen (13) has been awarded as an unranked Multi Supplier Framework to a maximum of Fifteen (15) suppliers.
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 (unscored)
Lot No
14
two.2.2) Additional CPV code(s)
- 33141700 - Orthopaedic supplies
- 33183000 - Orthopaedic support devices
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 Power Tools, Bone Cement, Mixing Systems, Pulse Lavage & Tourniquets for use in NHSS invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.
For Lot Fourteen (14) Bidders are requested to submit bids for combinations of volume commitments on Power Tools, Bone cement, Mixing Systems, Pulse Lavage & Tourniquet products, as previously tendered in Lots 1-13, detailing additional discounts in return for defined combined volume commitments from the Health Boards, or from a collaboration of Health Boards.
Bidders are invited to put forward your suggestions for bandings and percentage discount from Non Commitment Contract Price.
In order to be awarded to Lot Fourteen (14), bidders are required to be awarded to one or more of the scored lots (1-13) on this tender.
PLEASE NOTE: Lot Fourteen (14) is an Unscored Lot. Boards will use the information provided here by all awarded suppliers to assess their local clinical requirements.
Bidders may submit any number of combinations up to 100% of all Power Tools, Bone Cement, Mixing Systems, Pulse Lavage & Tourniquet Market Share for 1 health board, and/or multiple boards. (Current spend circa 5Mpa GBP)
Bidders are required to confirm they are happy to consider Health Board collaborations for commitment volume discounts at higher bandings.
Lot Fourteen (14) has been awarded as an unranked Multi Supplier Framework to a maximum of twenty (20) suppliers.
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)
- 33141700 - Orthopaedic supplies
- 33183000 - Orthopaedic support devices
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
For Lot Fifteen (15) bidders are requested to submit details of any Enhanced or Innovative Products or Services 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
- Navigation Innovations
Bidders should submit details of any service offered to a health board, or a collaboration of health boards, 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.
In order to be awarded to Lot Fifteen (15), bidders are required to be awarded to one or more of the scored lots (1-13) on this tender.
PLEASE NOTE: Lot Fifteen (15) 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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
(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.
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
Bidders must agree to work with boards to develop and agree a Service Level Agreement and Implementation Plan within 3 months of approach by a health board.
Products may be tendered to more than one lot however, where a part number is listed more than once, and at differing prices, it shall be assumed that the lowest tendered price for this item applies for all instances of that part within the tender. For All Lots, tendered products shall be:
Quality Standard - For Lots One (1) – Twelve (12), tendered brands must have a minimum of one (1) or, for some lots two (2), verifiable clinical references based at different locations, from English speaking staff based on their usage of the main branded products over at least 6 month continuous period.
Where applicable, tendered products should also be included on the National Arthroplasty Registry, or equivalent.
Tendered items must be Latex Free, batch/lot coded
Where tendered Goods and associated ancillaries are classed as medical devices, such Goods should comply with Medical Devices Regulations 2002 (SI 2002 No 618, as amended) (UK MDR 2002) and have an appropriate declaration of conformity and display a valid CE, CE UKNI or UKCA mark.
Product shall be MDD Class I for Lots One (1) - Five (5) & Lots Eleven (11) - Thirteen (13) or Class II for Lots Six (6) - Ten(10) inclusive, or MDR equivalent, as appropriate.
Manufacturers must be ISO 13485 certified and products must be GS1 compliant.
Bidders are required to have an Ethical Trading Policy specifically focused on supply chain, or a plan to implement one.
Implants are single use sterile in accordance with Scots Law.
Reusable items which may reasonably be expected to undergo Decontamination or Sterilization must be autoclavable and able to withstand repeated heat sterilisation processes, and be provided with Supplier Validation Paperwork detailing recommended reprocessing instructions in accordance with BS EN ISO 17664:2017 or equivalent, or access thereto. Bidders shall be reasonably expected to assist boards in formulating specific and effective processes for decontamination and/or sterilization.
Relevant to Lots One (1) - Ten (10) inclusive, bidders must offer a minimum of One (1) Whole Time Equivalent representation with BTEC Theatre Accreditation, or equivalent, responsible for providing support to the geographical area of NHS Scotland.
Bidders must agree in principle to adhere to the NHSS Standard Consignment Agreement.
All prices quoted are considered inclusive of standard delivery, and duty, where applicable.
Bidders are expected to confirm and evidence how you will commit to Fair Working Practices for workers (including any agency or
sub-contractor workers) engaged in the delivery of this Framework, in accordance with the Procurement Reform (Scotland) Act 2014 and the Fair working Practices in Procurement toolkit guidance(https://www.gov.scot/publications/fair-work-practices-in-procurement-toolkit/)
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.1.6) 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
26 August 2021
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: 29 April 2022
four.2.7) Conditions for opening of tenders
Date
26 August 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19105.
For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19105. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
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 in addition to the
supply and services of the products detailed. Where Health boards commit to volume above the 0-100 band, bidders should refer to the Community Benefit Marketplace Portal for NHS Scotland for additional detail. Provision of Community Benefits is an Unscored requirement in this tender.
(SC Ref:661026)
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.4.3) 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 dispatches the notice(s)and the date on which the Authority proposes to conclude the relevant Framework
Agreement. The bringing of court proceedings against the Authority during the standstill period will automatically continue the prohibition
on entering into the Framework Agreement until the court proceedings are determined, discontinued or disposed of, or the court, by interim
order, brings to amend 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 maybe awarded by the courts where the Framework Agreement has been entered into are limited to the award of damages.