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
Stephen Espie
Telephone
+44 7849117732
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
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
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
Pulse Oximetry Consumables
Reference number
NP102/22
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 Pulse Oximetry Consumables including disposable and reusable probes 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).
Note: The authority 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 21983 within the appropriate area.
If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can access PCS-Tender through
your Public Contracts Scotland Control Panel.
two.1.5) Estimated total value
Value excluding VAT: £6,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
3
two.2) Description
two.2.1) Title
Single use / disposable pulse oximeter sensors
Lot No
2
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Single use / disposable pulse oximeter sensors for Neonatal, Infant, Paediatric and Adult 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
No
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
Adult reusable pulse oximeter sensors
Lot No
1
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Supply of Adult reusable pulse oximeter sensors including adapter cables and extension cables
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
No
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
Handheld Pulse Oximeters
Lot No
3
two.2.2) Additional CPV code(s)
- 33195000 - Patient-monitoring system
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Supply of Handheld Pulse Oximeters and accessories.
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
No
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Economic operators may be excluded from this competition if they are in breach of any of the situations referred to in regulation 58 of the
Public Contracts (Scotland) Regulations 2015.
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
Minimum level(s) of standards required:
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
List and brief description of selection criteria
Applicable to all lots;
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 all products tendered are UKCA (& CE) marked, with attached copies of the certification. UKCA (& CE) certification must be provided for each unique model tendered.
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 provide certification to confirm that the manufacturing organisation hold
ISO 13485 certification or equivalent. All companies within the supply chain are approved to ISO9001 or equivalent, or ISO 13485 or
equivalent.
- If awarded to the Framework Potential Framework Participants must provide certification to confirm that the manufacturer meets the
Environmental standard ISO 14001 or equivalent.
- 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: 15
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
2 September 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
2 September 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
six.3) Additional information
Golden Jubilee Hospital (National Waiting Times Centre Board),
— NHS 24,
— NHS Ayrshire and Arran,
— NHS Borders,
— NHS Dumfries and Galloway,
— NHS Education of Scotland,
— NHS Fife,
— NHS Forth Valley,
— NHS Grampian,
— NHS Greater Glasgow and Clyde,
— NHS Health Scotland,
— NHS Highland,
— NHS Lanarkshire,
— NHS Lothian,
— NHS Orkney,
— Healthcare Improvement Scotland,
— NHS Shetland,
— NHS Tayside,
— Scottish Ambulance Services,
— The Common Services Agency for the Scottish Health Service,
— The State Hospitals for Scotland
The buyer is using PCS_Tender to conduct this ITT exercise. The project code is 21983.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21983. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
Potential framework participants are required to summarise any proposed community benefits that will be developed and delivered as part
of this contract is successful, or, alternatively potential framework participants confirm they will engage with the NHS Scotland’s
Community Benefit 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 approved compliant route to the realisation of community benefits.
(SC Ref:701843)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
Telephone
+44 131225252
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 notification 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 why the economic operators was unsuccessful. The notification will incorporate a ‘standstill period’ of a
minimum of 10 clear calendar days (or a minimum of 15 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
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