Opportunity

Coagulation Products

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

F02: Contract notice

Notice reference: 2022/S 000-019898

Published 21 July 2022, 2:37pm



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

Diane Jameson

Email

diane.jameson@nhs.scot

Telephone

+44 1312756459

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 to the above-mentioned address

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

Coagulation Products

Reference number

NP64622

two.1.2) Main CPV code

  • 42100000 - Machinery for the production and use of mechanical power

two.1.3) Type of contract

Supplies

two.1.4) Short description

he 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 Coagulation 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 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 either the NDC (National Distribution Centre) based in Larkhall South Lanarkshire or direct to the health boards specified within the Contract Notice.

two.1.5) Estimated total value

Value excluding VAT: £7,360,000

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

Other Fibrin Sealants (Licensed Medicines)

Lot No

2

two.2.2) Additional CPV code(s)

  • 42100000 - Machinery for the production and use of mechanical power

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require a Fibrin Sealant (Licensed Medicines) which is used across various specialities and is proven to control and stop bleeding within an acute environment.

Product must be Single Use, Sterile, Latex Free and be delivered in suitable packaging protecting and describing the product.

This Lot will be a Multi Supplier Unranked Framework, where we envisage three suppliers to be awarded.

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

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

Fibrin Sealants (Licensed Medicines) - 10ml Unit or Equivalent

Lot No

1

two.2.2) Additional CPV code(s)

  • 42100000 - Machinery for the production and use of mechanical power

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require a Fibrin Sealant (Licensed) that is indicated for use as an adjunct to hemostasis in adult and pediatric patients undergoing surgery when control of bleeding by conventional surgical techniques is ineffective or impractical.

Product must be Single Use, Sterile, Latex Free and be delivered in suitable packaging protecting and describing the product.

This Lot will be a Multi Supplier Unranked Framework, where we envisage three 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: £94,415

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

Thrombin & Gelatin / Thrombin Mixture Sealant 2,500 IU/vial – min 5mls

Lot No

3

two.2.2) Additional CPV code(s)

  • 42100000 - Machinery for the production and use of mechanical power

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require a Thrombin & Gelatin / Thrombin Mixture Sealant 2,500 IU/vial – min 5ml that is used to stop bleeding and i is used within an acute environment by clinically trained personnel.

Product must be Single Use, Sterile, Latex Free and be delivered in suitable packaging protecting and describing the product.

This Lot will be a Multi Supplier Unranked Framework, where we envisage three 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: £6,985,235

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 x optional Extension Periods of 12months (maximum 24 months)

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 Sealants used for Blood Clotting

Lot No

4

two.2.2) Additional CPV code(s)

  • 42100000 - Machinery for the production and use of mechanical power

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require a range of absorbable collagen pad intended for sealing tissue surface and stopping the flow of blood which will be used by clinically trained personnel within an acute environment across NHS Scotland.

Product must be Single Use, Sterile, Latex Free and be delivered in suitable packaging protecting and describing the product.

This Lot will be a Multi Supplier Unranked Framework, where we envisage three 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: £181,963

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

Accessories (Including free of charge items)

Lot No

5

two.2.2) Additional CPV code(s)

  • 42100000 - Machinery for the production and use of mechanical power

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require a range of accessories that can used across but not limited to Lot's 1 to 4 by suitably trained personnel in an acute environment across NHS Scotland.

Product must be Single Use, Sterile, Latex Free and be delivered in suitable packaging protecting and describing the product.

This Lot will be a Multi Supplier Unranked Framework, where we envisage three 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: £99,445

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 SPD(Scotland)and the financial period of reporting is the previous 3 financial years. Employer's (Compulsory) Liability Insurance of 2 million pounds sterling (This requirement relates to SPD 4B.5.1a) and -Public Liability Insurance of 5 million pounds sterling (This requirement relates to SPD 4B.5.1b)

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

1. CE Marking

2. All products tendered must be latex free (inclusive of packaging)

3. Batch/lot and expiry dates on all packaging

4. All products must be single use.

5. Pricing to be fixed for 2 years

6. Products must be sterile

7. Supplier to have at least (1) Whole time equivalent

8. Legal Manufacturer must have ISO13485 and/or ISO9001 or equivalent

9. Where required, any machinery required for use with awarded products (Freezers and/or Pressure Regulators) to be supplied Free of Charge (FOC).

10. Compliance to GS1 during duration of framework.

11. Minimum of 3 months notice of any change to product.


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

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.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 31 January 2023

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 21539. 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:

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:697150)

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 of15(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 in to 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 there medies that maybe awarded by the courts where the Framework Agreement has been entered into are limited to the award of damages.