Tender

Furniture

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

F02: Contract notice

Notice identifier: 2023/S 000-022544

Procurement identifier (OCID): ocds-h6vhtk-03b806

Published 3 August 2023, 9:38am



Section one: Contracting authority

one.1) Name and addresses

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

1 South Gyle Crescent

Edinburgh

EH12 9EB

Contact

Yvonne Gardner

Email

yvonne.gardner@nhs.scot

Telephone

+44 1312757129

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

www.publictenderscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publictenderscotland.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

Furniture

Reference number

NP785/23

two.1.2) Main CPV code

  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products

two.1.3) Type of contract

Supplies

two.1.4) Short description

Re tender and renewal of the framework agreement for the supply of office and patient furniture to all entities constituted pursuant to the national Health Service (Scotland) Act 1978 (i.e. all NHS Scotland Health Boards and the Authority or other NHS organisations established pursuant to the NHS (Scotland) Act 1978) and any Integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014. All Scottish Hospices.

This framework will consist of three (3) lots: Lot 1 Office Furniture, Lot 2 Patient Furniture and Lot 3 Reserved for Supported Businesses only

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

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

Office Furniture

Lot No

1

two.2.2) Additional CPV code(s)

  • 39130000 - Office furniture

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Multi supplier unranked framework for the supply and delivery of office furniture to include but not limited to various types of desking, pedestals, chairs including operators chairs, visitor seating, beam seating, lounge seating, conference furniture, desk screens, office storage.

All suppliers awarded to the framework must be able to provide a full project management service which includes pre installation assessment, supply, delivery, assembly, final placement, installation and handover.

The Framework Agreement may be used by all mainland and island NHS Scotland Health Boards and Special Boards (including the Common Services Agency) and by 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 organisations established pursuant to the NHS (Scotland)

Act 1978) and any Integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014. All Scottish Hospices

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £14,800,000

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.2.12) 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.2.14) Additional information

Total value shown is for the duration of the 4 year framework and based on 12 months’ suppliers spend data.

It has been estimated that for the duration of the framework there may be an additional Capital spend of 1m GBP across lots 1 and 2.

It is envisaged that up to 5 suppliers will be awarded

two.2) Description

two.2.1) Title

Patient Furniture

Lot No

2

two.2.2) Additional CPV code(s)

  • 33192000 - Medical furniture

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Multi supplier unranked framework for the supply and delivery of patient furniture to include but not limited to various types of seating including patient chairs with various additional options in both manual and electric, overbed tables, bedside lockers and bariatric furniture.

All suppliers awarded to the framework must be able to provide a full project management service which includes pre installation assessment, supply, delivery, assembly, final placement, installation and handover.

The Framework Agreement may be used by all mainland and island NHS Scotland Health Boards and Special Boards (including the Common Services Agency) and by 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 organisations established pursuant to the NHS (Scotland)

Act 1978) and any Integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014. All Scottish Hospices

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £4,400,000

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.2.12) 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.2.14) Additional information

Total value shown is for the 4 year duration of the framework and based on 12 months’ suppliers

spend data.

It has been estimated that for the duration of the framework there may be an additional Capital spend of 1m GBP across lots 1 and 2.

It is envisaged that up to 5 suppliers will be awarded

two.2) Description

two.2.1) Title

Reserved for Supported Businesses only

Lot No

3

two.2.2) Additional CPV code(s)

  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 33192000 - Medical furniture
  • 39130000 - Office furniture

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Supply of furniture, associated furniture products and services to NHS Scotland. This Lot is being reserved for supported businesses only to complement and support Scottish Government's existing supported business framework, meet the requirements of SPPN 04/2017 as a result further drive use of supported businesses by NHS Scotland Health Boards for purchase of furniture products and services. Further and full details of background and approach are included in the ITT documentation.

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.2.12) 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.2.14) Additional information

It is envisaged that up to 10 suppliers will be awarded to this Lot 3. As a mandatory requirement, suppliers will have to evidence meeting the Scottish Government 2 part test as outlined in SPPN 04/2017 to be able to participate in Lot 3.


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

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.

Minimum level(s) of standards possibly required

See contract/tender documentation which incorporates requirements of the SPD document and the financial period for reporting in the previous 3 financial years.

three.1.3) Technical and professional ability

List and brief description of selection criteria

See contract / tender documentation which incorporates requirements of the SPD document.

Minimum level(s) of standards possibly required

A number of the technical requirements are mandatory - these are detailed in the contract / tender documentation.


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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-009578

four.2.2) Time limit for receipt of tenders or requests to participate

Date

15 September 2023

Local time

10:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

15 September 2023

Local time

10:00am

Place

Gyle Square, South Gyle Crescent, Edinburgh, EH12 9EB

Information about authorised persons and opening procedure

Carried out by NSS National Procurement


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 20m GBP estimated framework value referred to in this notice is for the 4 year duration of the Framework Agreement for Lot 1 (14.8m GBP) & Lot 2 (4.4m GBP) plus the estimated 1m GBP capital project spend over the 4 year term which would be across both Lots subject to each project scope. The envisaged number of suppliers (20) refers to the maximum of 5 each for Lots 1 & 2 and the envisaged up to 10 for Lot 3 Reserved for Supported Businesses only. It should again be noted that Lot 3 is reserved for supported businesses only.

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

not applicable

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

The Statement of Requirements will detail the Community Benefit background and objectives. The contract will mandate that suppliers

respond in its tender outlining current Community Benefits and proposals if successful and mandating that they support the overall

Community Benefit concept and process including a contract and supplier management process post award.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24294. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

n/a

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:

The Statement of Requirements will detail the Community Benefit background and objectives.

The contract will mandate that suppliers respond in its tender outlining current Community Benefits and proposals if successful and

mandating that they support the overall

Community Benefit concept and process including a contract and supplier management

process post award

(SC Ref:732050)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

27 Chambers Street

Edinburgh

EH1 1LB

Telephone

+44 1312252525

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 operator 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 despatches 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. Economic operators are

entitled to write to the authority after receipt of the notification should they require further

clarification. The authority will respond within

15 days of such a written request, but it should be noted that receipt by the authority of such

request during the standstill period may not

prevent the authority from awarding the framework agreement following the expiry of the

standstill period. Economic operators should

approach the contracting authority in the first instance. However, the only formal remedy is

to apply to the courts:

An economic operator that suffers or is at risk of suffering, loss or damage attributable to a

breach of duty under the Public

Contracts(Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014,

may bring proceedings in the Sheriff Court or the court of session

six.4.4) Service from which information about the review procedure may be obtained

Court of Session

Parliament House, Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom