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
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