Tender

Oxygen & Sleep Therapy

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

F02: Contract notice

Notice identifier: 2024/S 000-020007

Procurement identifier (OCID): ocds-h6vhtk-0478ea

Published 1 July 2024, 5:00pm



Section one: Contracting authority

one.1) Name and addresses

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

Gyle Square (NSS Head Office), 1 South Gyle Crescent

Edinburgh

EH12 9EB

Email

daniel.holmes2@nhs.scot

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

http://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

Oxygen & Sleep Therapy

Reference number

NP101/24

two.1.2) Main CPV code

  • 33140000 - Medical consumables

two.1.3) Type of contract

Supplies

two.1.4) Short description

The supply and delivery of Sleep Therapy CPAP & NIV devices and patient interfaces and Oxygen Therapy devices, patient interfaces and

associated consumables to 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).

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
11

two.2) Description

two.2.1) Title

CPAP Device

Lot No

1

two.2.2) Additional CPV code(s)

  • 33157000 - Gas-therapy and respiratory devices

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

CPAP Compressor - Fixed

CPAP Compressor - Auto

CPAP Compressor - Fixed with Humidifier

CPAP Compressor - Auto with Humidifier

CPAP Compressor - Fixed with Humidifier and Cellular Modem with unlimited Data for Length of Contract

CPAP Compressor - Auto with Humidifier and Cellular Modem with unlimited Data for Length of Contract

CPAP Compressor - Fixed with Cellular Modem with unlimited Data for Length of Contract

CPAP Compressor - Auto with Cellular Modem with unlimited Data for Length of Contract

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

48

This contract is subject to renewal

Yes

Description of renewals

1 x 12 month option available

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

Bi Level Compressor - Bsic

Lot No

2

two.2.2) Additional CPV code(s)

  • 33157000 - Gas-therapy and respiratory devices

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Bi-Level basic Compressor, for home and/or acute use including carry case.

Bi-Level Compressor, with Respiratory back up for home and/or acute use including carry case

Bi-Level Compressor, with Respiratory back up and alarm, battery back up and including carry case

Bi-Level basic Compressor, for home and/or acute use including carry case with humidifer or integrated humidifer

Bi-Level Compressor, with Respiratory back up for home and/or acute use including carry case with humidifer or integrated humidifer

Bi-Level Compressor, with Respiratory back up and alarm, battery back up and including carry case with humidifer or integrated humidifer

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

48

This contract is subject to renewal

Yes

Description of renewals

1 x 12 months option available

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

Bi Level Compressor - Complex

Lot No

3

two.2.2) Additional CPV code(s)

  • 33157000 - Gas-therapy and respiratory devices

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

BI Level compressor with Complex mode ventilation.(Advanced Algorithms.)

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

48

This contract is subject to renewal

Yes

Description of renewals

1 x 12 month option available

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

Cough Assist

Lot No

4

two.2.2) Additional CPV code(s)

  • 33157000 - Gas-therapy and respiratory devices

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Mechanical Insufflation-Exsufflation with programmable modes for acute and/or home use

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

48

This contract is subject to renewal

Yes

Description of renewals

1 x 12 month option available

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

Sleep Therapy Consumables

Lot No

5

two.2.2) Additional CPV code(s)

  • 33157000 - Gas-therapy and respiratory devices

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Vented Full Face Mask

Vented Full Face mask replacement cushion

Vented Nasal Mask

Vented Nasal Pillows

Disposable full face mask.( hospital use.)

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

48

This contract is subject to renewal

Yes

Description of renewals

1 x 12 month option available

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

Sleep Diagnostics

Lot No

6

two.2.2) Additional CPV code(s)

  • 33157000 - Gas-therapy and respiratory devices

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

home testing device for diagnosing obstructive sleep apnoea-hypopnea syndrome.

Wearable device with associated connectivity and reporting, with innovative design features which is less intrusive, easier to put on and operate and more comfortable for patients in comparison to home oximetery or respiratory polygraphy.

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

48

This contract is subject to renewal

Yes

Description of renewals

1 x 12 month option available

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

Oxygen Therapy

Lot No

7

two.2.2) Additional CPV code(s)

  • 33157000 - Gas-therapy and respiratory devices

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Single Use Masks - Must include Lot no , Batch no and be individually packaged

Aerosol Mask - Adult

Aerosol Mask - Paediatric

Medium Concentration Mask - Adult

Medium Concentration Mask - Paediatric

High Concentration Non Re-breather Mask - Adult

High Concentration Non Re-breather Mask - Adult with tubing

High Concentration Non Re-breather Mask - Paediatric

High Concentration Non Re-breather Mask - Paediatric with tubing

Multi-Purpose (Duo) Mask - Adult

Multi-Purpose (Duo) Mask - Adult with tubing

Multi-Purpose (Duo) Mask - Paediatric

Multi-Purpose (Duo) Mask - Paediatric with tubing

Tracheostomy Mask - Adult

Tracheostomy Mask - Paediatric

Venturi Mask - Adult

Venturi Mask - Paediatric

Venturi - Oxygen flow rate and Oxygen concentration percentage must be shown on packaging and the valve. The colour must be clearly

visible

Venturi Valve 24% (Blue) 2lpm

Venturi Valve 28% (White) 4lpm

Venturi Valve 31% (Orange) 6lpm

Venturi Valve 35% (Yellow) 8lpm

Venturi Valve 40% (Red) 10lpm

Venturi Valve 60% (Green) 15lpm

Cannula

Nasal Cannula Neonatal

Nasal Cannula Premature

Nasal Cannula Paediatric

Nasal Cannula Infant

Nasal Cannula Small Adult

Nasal Cannula Adult

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

48

This contract is subject to renewal

Yes

Description of renewals

1x 12 month option available

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

Nebuliser Compressor

Lot No

8

two.2.2) Additional CPV code(s)

  • 33157000 - Gas-therapy and respiratory devices

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Compressor Nebuliser minimum 6 litres per minute

Compressor Nebuliser Portable (Hand Held) Rechargeable Battery powered, supplied with 2 battery packs and charger.

Compressor Nebuliser (appropriate for Medication (Antibiotics)) Minimum 8 litres

Compressor Nebuliser (appropriate for travel) Dual Voltage with charger

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

48

This contract is subject to renewal

Yes

Description of renewals

1 x 12 month option available

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

Nebuliser Consumables

Lot No

9

two.2.2) Additional CPV code(s)

  • 33157000 - Gas-therapy and respiratory devices

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Nebuliser Chamber ( Single patient use, hospital, ambulance etc.)

Mouthpiece

Adult Nebulisers Mask Kit (Nebuliser, Mask and Tubing)

Paediatric Nebulisers Mask Kit (Nebuliser, Mask and Tubing)

Adult Nebulisers Mouthpiece Kit (Nebuliser, Mouthpiece and Tubing)

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

48

This contract is subject to renewal

Yes

Description of renewals

1 x 12 month option available

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

Oxygen Tubing

Lot No

10

two.2.2) Additional CPV code(s)

  • 33157000 - Gas-therapy and respiratory devices

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Oxygen Bubble Tubing - 3 to 6mm id X 30 to 50M roll, no crush.( Provide price per metre for comparison)

Smooth Oxygen Tubing 1.8m with connectors No crush

Smooth Oxygen Tubing 2.1m with connectors No crush

Corrugated Oxygen Tubing/hose. 22mm id, 30-50M Roll (Provide price per metre for comparison)

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

48

This contract is subject to renewal

Yes

Description of renewals

1 x 12 month option available

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

Hi Flow Humidification Therapy

Lot No

11

two.2.2) Additional CPV code(s)

  • 33157000 - Gas-therapy and respiratory devices

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Hi Flow heated Humidification System for home use - Flow range up to 60 L/min, Adjustable FiO2, heated breathing tube

Hi Flow heated Humidification System for hospital use to include Flow range up to 70 L/min, Adjustable FiO2, FiO2 measurement , a

battery or non mains driven to enable portability

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

48

This contract is subject to renewal

Yes

Description of renewals

1 x 12 month option available

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the

types and levels of insurance indicated below

Minimum level(s) of standards possibly required

The Bidder should provide its (“general”) yearly turnover for the last 3 years

The Bidder should provide its yearly (“specific”) turnover in the business area(s) covered by the contract for the last 3 years

Employers (Compulsory) Liability Insurance GBP 5,000,000 minimum

Public Liability Insurance GBP 5,000,000 minimum

Professional Indemnity Insurance GBP 2,000,000 minimum

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

- All tendered products must fully comply with the Requirement Documents included within the tender.

- If awarded to the Framework Potential Framework Participants must provide evidence that tendered products are CE marked, or will have

obtained a CE mark prior to the products being available for purchase, complying with Medical Device Directive 93/42/EEC. Evidence should

be in form of a certificate of compliance issued by a UKAS (or equivalent) accredited independent third party.

- If awarded to the Framework Potential Framework Participants must prove that they hold ISO 13485 certification or equivalent or are in the

process of obtaining certification.

- All tendered pricing must be inclusive of delivery.

- Potential Framework Participants must confirm they are able to meet all mandatory requirements as detailed within the ITT.


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: 20

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

5 August 2024

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

5 August 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The Common Services Agency (more commonly known as National Services Scotland) (‘the Authority’) acting through its division National Procurement, is undertaking this procurement of Breathing circuits, patient interfaces and associated consumables (‘Products’ 'services') as outlined further below 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 Partnership (collectively hereafter referred to as ‘Participating Authorities’).

NOTE: The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.

To access PCS-Tender, record your interest in this notice and access the tender documentation please visit

https://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code 27021 under ITTs Open to All Suppliers. Please use the Search/Filter function, then select Project Code from the dropdown. Please note that once you have expressed interest in the ITT it will move to your My ITTs area.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27021. 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, provide a brief summary of the community benefits you already deliver in your business, where these are delivered and what

they have achieved in outcomes. Potential framework participants are required to summarise what community benefits you propose to

develop and deliver as part of this contract if successful. Community benefits potential framework participants are required to confirm that

if successful you agree to participate in and support a process of ongoing contract and supplier development in this area including the

tracking and reporting of community benefits delivered as part of this framework.

(SC Ref:770563)

six.4) Procedures for review

six.4.1) Review body

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

Gyle Square (NSS Head Office), 1 South Gyle Crescent

Edinburgh

EH12 9EB

Country

United Kingdom