Tender

Insulin Infusion Pumps, Continuous Glucose Monitoring Systems and Associated Consumables

  • NSS

F02: Contract notice

Notice identifier: 2023/S 000-022035

Procurement identifier (OCID): ocds-h6vhtk-03eb62

Published 28 July 2023, 3:22pm



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

Email

daniel.holmes2@nhs.scot

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:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf

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 -

https://www.nss,nhs,scot/procurement-and-logistics/sustainability/access-our-community-benefit-gateway/

(SC Ref:740015)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court House

27 Chambers Street

Edinburgh

EH1 1LB

Email

edinburgh@scotcourts.gov.uk

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.