Section one: Contracting authority
one.1) Name and addresses
NSS
Gyle Square (NSS Head Office), 1 South Gyle Crescent
Edinburgh
EH12 9EB
Contact
Daniel Holmes
Telephone
+44 7804475952
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
http://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
Insulin Infusion Pumps, Continuous Glucose Monitoring Systems and Associated Consumables
Reference number
NP317/23
two.1.2) Main CPV code
- 33194100 - Devices and instruments for infusion
two.1.3) Type of contract
Supplies
two.1.4) Short description
The supply and delivery of Insulin Infusion Pumps, Continuous Glucose Monitoring Systems 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). All NHS Northern Ireland Trusts.
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 9371 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: £64,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 33194100 - Devices and instruments for infusion
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Supply of Insulin Infusion Pumps / Continuous Glucose Monitoring Systems that can be linked along with all associated consumables
Supply of Patch or Hybrid Insulin Infusion Pumps along with all associated consumables.
Supply of Standard Durable Insulin Infusion Pumps that cannot be linked to CGM Systems and all associated consumables
Supply of Continuous Glucose Monitoring Systems and all associated consumables
Supply of Hybrid Closed Loop Apps and all associated consumables
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
24
This contract is subject to renewal
Yes
Description of renewals
2 x 12 month extension options
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
Economic and Financial Standing - yearly turnover
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
List and brief description of selection criteria
Applicable to whole contract
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 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 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.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
See tender documents
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
28 August 2023
Local time
9:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
28 August 2023
Local time
9:00am
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 Insulin Infusion Pumps, Continuous Glucose Monitoring Systems and Hybrid Closed Loop Apps (‘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 along with all Health and Social Care Trusts in Northern Ireland (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 51056 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.
For further information on using PCS-Tender, please read the Supplier Response Guide:
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 51056. 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 below and tender documents:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24809. 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:
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.
For further information please visit -
(SC Ref:740015)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
Telephone
+44 1312252525
Country
United Kingdom
Internet address
http://www.nhsscotlandprocurement.scot.nhs.uk/
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
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.