- Scope of the procurement
- Lot 1. Coated Central Venous Catheters
- Lot 2. Non-Coated Central Venous Catheters
- Lot 3. Paediatric Central Venous Catheters
- Lot 4. Midline Catheters
- Lot 5. Skin Tunnelling Catheters
- Lot 6. Antimicrobial PICC Lines
- Lot 7. Non Coated PICC's
- Lot 8. Standard Arterial Line (Seldinger)
- Lot 9. Arterial Cannula (Non Seldinger)
- Lot 10. Single Use four Saline Pre Filled Syringes
- Lot 11. CVC Insertion Packs
- Lot 12. Implantable Ports
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 1698794410
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
Central Venous Catheters
Reference number
NP10622
two.1.2) Main CPV code
- 33141200 - Catheters
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 Central Venous Catheters 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’). The main supply route for these products will be via the NDC (National Distribution Centre) based in Larkhall South Lanarkshire.
two.1.5) Estimated total value
Value excluding VAT: £8,477,968
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
Coated Central Venous Catheters
Lot No
1
two.2.2) Additional CPV code(s)
- 33141200 - Catheters
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
We require a Coated Central Venous Catheter (CVC) which will minimise the risk of infection and is for use
in, but not limited to; administering medication or fluids that are unable to be taken by mouth or would harm a smaller peripheral vein, to obtain blood tests and to measure central venous pressure.
The product should have the required functionality to allow use across the varying environments found across NHS Scotland in a Acute and Community Environment.
Product must be Single Use, Sterile and Latex Free and be delivered in suitable packaging protecting and
describing the product. This product is required in varying lengths, gauges and Lumens.
This Lot will be a Multi Supplier Unranked Framework, where we envisage seven suppliers to be awarded.
two.2.5) Award criteria
Quality criterion - Name: Training/Support / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £716,570
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-Coated Central Venous Catheters
Lot No
2
two.2.2) Additional CPV code(s)
- 33141200 - Catheters
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
We require a Non Coated Central Venous Catheter (CVC) for use in, but not limited to; for use in; administering
medication or fluids that are unable to be taken by mouth or would harm a smaller peripheral vein, to obtain
blood tests and to measure central venous pressure.
The product should have the required functionality to allow use across the varying environments found across
NHS Scotland in a Acute and Community Environment.
Product must be Single Use, Sterile and Latex Free and be delivered in suitable packaging protecting and describing the product. This product is required in varyinglengths, gauges and Lumens.
This Lot will be a Multi Supplier Unranked framework, where we envisage seven participants to be awarded.
two.2.5) Award criteria
Quality criterion - Name: Training/Support / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £588,486
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
Paediatric Central Venous Catheters
Lot No
3
two.2.2) Additional CPV code(s)
- 33141200 - Catheters
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
We require a Paediatric Central Venous Catheter (CVC) for use in, but not limited to; administering medication or fluids that are unable to be taken by mouth or would harm a smaller peripheral vein, to obtain blood tests and to measure central venous pressure.
The product should have the required functionality to allow use across the varying environments found across NHS Scotland in a Acute and Community Environment.
Product must be Single Use, Sterile and Latex Free and be delivered in suitable packaging protecting and# describing the product. This product is required in varying lengths, gauges and Lumens.
This lot will be a Multi Supplier Unranked Framework, where we envisage seven Suppliers to be awarded.
two.2.5) Award criteria
Quality criterion - Name: Training/Support / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £381,454
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
Midline Catheters
Lot No
4
two.2.2) Additional CPV code(s)
- 33141200 - Catheters
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
We require a Midline Catheter for longer term IV access which is ideal for patients whose treatment is expected to last more than three (3) days.
The product should have the required functionality to allow use across the varying environments found across NHS Scotland in a Acute and Community Environment.
Product must be Single Use, Sterile and Latex Free and be delivered in suitable packaging protecting and describing the product. This product is required in varying lengths, gauges and Lumens.
Lot 4 — We envisage that seven suppliers will be awarded to this lot as a Multi Supplier Unranked Framework.
two.2.5) Award criteria
Quality criterion - Name: Training/Support / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £460,593
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
Skin Tunnelling Catheters
Lot No
5
two.2.2) Additional CPV code(s)
- 33141200 - Catheters
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
We require a Skin Tunnelling Catheter suitable for long term insertion for use in, but not limited to; taking a blood sample, giving medication, giving blood or blood products, giving chemotherapy, intravenous feeding, bone marrow transplantation, and photopheresis.
The product should have the required functionality to allow use across the varying environments found across NHS Scotland in a Acute and Community Environment.
Product must be Single Use, Sterile and Latex Free and be delivered in suitable packaging protecting and describing the product. This product is required in varying lengths, gauges and Lumens.
Lot 5 — We envisage that seven suppliers will be awarded to this Lot as a Multi Supplier Unranked Framework.
two.2.5) Award criteria
Quality criterion - Name: Training/Support / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £436,994
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
Antimicrobial PICC Lines
Lot No
6
two.2.2) Additional CPV code(s)
- 33141200 - Catheters
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
We require a Antimicrobial (Peripherally Inserted Central Catheter) PICC Line, which is used for a prolonged period of time for Chemotherapy or Antibiotic therapy along with the administration of substances that should not be done
peripherally.
The product should have the required functionality to allow use across the varying environments found across NHS Scotland in a Acute and Community Environment.
Product must be Single Use, Sterile and Latex Free and be delivered in suitable packaging protecting and
describing the product. This product is required in varying lengths, gauges and Lumens.
Lot 6 — We envisage that seven suppliers will be awarded to this lot as a Multi Supplier Unranked Framework.
two.2.5) Award criteria
Quality criterion - Name: Training/Support / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £3,431,938
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 Coated PICC's
Lot No
7
two.2.2) Additional CPV code(s)
- 33141200 - Catheters
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
We require a Non Coated (Peripherally Inserted Central Catheter) PICC Line, which is used for a prolonged period of time for Chemotherapy or Antibiotic therapy along with the administration of substances that should not be done
peripherally.
The product should have the required functionality to allow use across the varying environments found across NHS Scotland in a Acute and Community Environment.
Product must be Single Use, Sterile and Latex Free and be delivered in suitable packaging protecting and
describing the product. This product is required in varying lengths, gauges and Lumens.
Lot 7 — We envisage that seven suppliers will be awarded to this lot as a Multi Supplier Unranked Framework.
two.2.5) Award criteria
Quality criterion - Name: Training & Support / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £333,820
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
Standard Arterial Line (Seldinger)
Lot No
8
two.2.2) Additional CPV code(s)
- 33141200 - Catheters
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
We require a Seldinger Arterial Line, which can be inserted in a variety of arteries, the most common sites for
placement being the radial and the femoral artery.
The product should have the required functionality to maximise insertion life and minimise the risk of failed
insertion across the varying environments found across NHS Scotland in a Acute and Community Environment.
Product must be Single Use, Sterile and Latex Free and be delivered in suitable packaging protecting and
describing the product.
Lot 8 — We envisage that seven suppliers will be awarded to this lot as Multi Supplier Unranked Framework.
two.2.5) Award criteria
Quality criterion - Name: Training/Support / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £999,283
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
Arterial Cannula (Non Seldinger)
Lot No
9
two.2.2) Additional CPV code(s)
- 33141200 - Catheters
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
We require a Non Selindger Arterial Cannula which is designed for insertion into peripheral arteries, allowing the for the determination of blood gas estimations or monitoring blood pressure.
The product should have the required functionality to maximise insertion life and minimise the risk of failed insertion across the varying environments found across NHS Scotland in a Acute and Community Environment.
Product must be Single Use, Sterile and Latex Free and be delivered in suitable packaging protecting and describing the product.
Lot 9 — We envisage that seven suppliers will be awarded to this lot as Multi Supplier Unranked Framework.
two.2.5) Award criteria
Quality criterion - Name: Training & Support / Weighting: 30
Price - Weighting: 70
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
Two Optional extension options 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
Single Use IV Saline Pre Filled Syringes
Lot No
10
two.2.2) Additional CPV code(s)
- 33141200 - Catheters
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
We require a range of Single Use IV Saline Prefilled Syringes (in various sizes) which are designed to help prevent vascular access systems blockage and to clear any medication that may be left at the catheter site which will be used by clinically trained personnel across NHS Scotland.
Product must be Single Use, Sterile and Latex Free and be delivered in suitable packaging protecting and describing the product.
Lot 10 — We envisage that seven suppliers will be awarded to this lot as Multi Supplier Unranked Framework.
two.2.5) Award criteria
Quality criterion - Name: Training/Support / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £153,496
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
CVC Insertion Packs
Lot No
11
two.2.2) Additional CPV code(s)
- 33141200 - Catheters
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
We require a CVC Insertion Pack that will contain a range of different consumable products that will be used for central line Insertion by suitably trained personnel across NHS Scotland. The contents of these packs will be agreed with Health Boards on an individual basis.
Lot 11 - We envisage seven suppliers being awarded to this lot as a Multi supplier unranked award.
two.2.5) Award criteria
Quality criterion - Name: Training/Support / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £643,195
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
Implantable Ports
Lot No
12
two.2.2) Additional CPV code(s)
- 33141200 - Catheters
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
We require a range of Implantable Ports and associated Needles which NHS Scotland give IV treatments and blood transfusions directly into a vein, which allows easy access to a vein for blood draws. Patients with with cancer, severe infections, kidney failure and IBD may need implanted ports which are implanted by suitably trained personnel across NHS Scotland.
Lot 12 - We envisaged seven suppliers being awarded to this lot as a multi supplier unranked award.
Potential framework suppliers to are awarded to one or more lots, can list their range of products here as this lot will not be scored nor evaluated.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £250,000
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 to be CE Marked in accordance with MDD 93/42/EEC
2. Confirmation that ancillaries tendered and classed as medical devices will carry the appropriate CE declaration and will be in compliance with the regulatory requirements in the UK as part of transition arrangements from the European to British regulatory legislation when the Brexit transition periods ends 31 December 2020 should be included in the qualification envelope of the ITT under technical and professional ability: quality control.
3. All products must be latex free inclusive of packaging.
4. Potential framework participants must confirm all products tendered for contain batch/lot codes with expiry dates in lowest unit configuration.
5. All products must be single use.
6. The prices of all products must be valid for the first two years of the framework.
7. All products tendered for must be sterile.
8. Potentials bidders 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.
9. Compliance to ISO13485 or equivalent.
10. Compliance with GS1/Scan for Safety
11. Where there are any product changes, the authority must be given three months 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: 84
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
31 August 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
31 August 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The 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 21301. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
It is a mandatory requirement that potential framework participants agree to support the concept, provision and ongoing development of community benefits provision in relation to this framework.
Potential framework participants are required to agree to this mandatory requirement. They are also requested to provide a brief summary of the community benefits that have recently been delivered within Scotland, if at all, and also what impact and outcomes these have achieved.
Potential framework participants are required to summarise any proposed community benefits that will be developed and delivered as part of this contract if successful or, alternatively, potential framework participants confirm that they will engage with the NHS Scotland’s Community Benefits Gateway (CBG). This gateway, developed through requests from suppliers seeking opportunities to support the delivery of community benefits within the contracting region, provides information on community benefit opportunities. The CBG is a free and easy to use online service that connects NHS Scotland suppliers with third sector community organisations within Scotland and will be used for tracking and reporting and is an approved compliant route to the realisation of community benefits.
For further information please visit NHSS Community Benefit Gateway
(SC Ref:695676)
six.4) Procedures for review
six.4.1) Review body
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