- Scope of the procurement
- Lot 2. Fluid Management Equipment and consumables
- Lot 1. Arthroscopic Equipment and consumables
- Lot 3. Implants and supporting arthroscopic equipment
- Lot 4. Generic arthroscopic equipment and consumables (intended for suppliers who do not offer their own control equipment)
- Enhanced Services / Innovation Lot (Unscored)
- Combination lot (unscored)
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
Telephone
+44 7890966321
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/
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
Purchase of Arthroscopy Equipment, Implants & consumables
Reference number
NP67423
two.1.2) Main CPV code
- 33183100 - Orthopaedic implants
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Common Services Agency (more commonly known as National Services Scotland) (‘the authority') acting through its division Procurement, Commissioning and Facilities is undertaking this procurement of supply and delivery of Arthroscopic Equipment, Implants and Consumables 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 of 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 (collectively hereafter referred to as 'Participating Authorities’).
two.1.5) Estimated total value
Value excluding VAT: £18,000,000
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
Fluid Management Equipment and consumables
Lot No
2
two.2.2) Additional CPV code(s)
- 33161000 - Electrosurgical unit
- 33692510 - Intravenous fluids
- 44164200 - Tubing
- 33141220 - Cannulae
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Any or all locations of NHS Scotland Health Boards, all NHS Scotland Special Boards and/or the Authority.
two.2.4) Description of the procurement
We require Fluid Management Equipment for use in a wide range of NHSS Arthroscopy/ sports medicine surgical procedures. Arthroscopic Fluid Management equipment should facilitate easy and safe exploration and treatment of the joints during minimally invasive surgical management of tissue, meniscus, cartilage and ligament damage procedures. Equipment should fit together intuitively via a common connection or adaptor, be leakage free, should be able to maintain set pressures, and be able to be used as part of an Arthroscopic system. These will be used in an acute setting across NHSS by suitably trained personnel.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 8
Quality criterion - Name: Service and support / Weighting: 32
Quality criterion - Name: Sustainability / Weighting: 10
Cost criterion - Name: Cost / Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Two optional extension periods both consisting of 12 months can be utilised by the Authority
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) Description
two.2.1) Title
Arthroscopic Equipment and consumables
Lot No
1
two.2.2) Additional CPV code(s)
- 33183100 - Orthopaedic implants
- 33140000 - Medical consumables
- 33161000 - Electrosurgical unit
- 33190000 - Miscellaneous medical devices and products
- 33100000 - Medical equipments
- 33141411 - Scalpels and blades
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
All Locations of NHS Scotland Health Boards, all NHS Scotland Special Boards and/or the Authority.
two.2.4) Description of the procurement
We require Arthroscopic Equipment, including resection sets Resection Equipment for use in a wide range of NHSS Arthroscopy / sports medicine surgical procedures. Arthroscopic Resection equipment Sets should allow easy and safe exploration and treatment of the joints during minimally invasive surgical management of tissue, meniscus, cartilage, and ligament damage procedures. Equipment should fit together intuitively via a common connection or adaptor, and be able to be used as part of an Arthroscopic system. These will be used in an acute setting across NHSS by suitably trained personnel.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 8
Quality criterion - Name: Service and Support / Weighting: 32
Quality criterion - Name: Sustainability / Weighting: 10
Cost criterion - Name: Cost / Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Two (2) optional extension periods both consisting of 12 months can be utilised by the Authority.
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) Description
two.2.1) Title
Implants and supporting arthroscopic equipment
Lot No
3
two.2.2) Additional CPV code(s)
- 33184100 - Surgical implants
- 33183100 - Orthopaedic implants
- 33141128 - Needles for sutures
- 33141121 - Surgical sutures
- 33168000 - Endoscopy, endosurgery devices
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Any or all locations of NHS Scotland Health Boards, all NHS Scotland Special Boards and/or the Authority.
two.2.4) Description of the procurement
We require implantable Equipment for use in a wide range of NHSS Arthroscopy / sports medicine surgical procedures. Implantable equipment should allow easy and safe treatment of joints during minimally invasive surgical procedures on tissue, meniscus, cartilage and ligament damage. Where the implants are part of a set or sub assembly, they should fit together intuitively using standard and identified tools, and be able to be used as part of an Arthroscopic system. These will be used in an acute setting across NHSS by suitably trained personnel.
two.2.5) Award criteria
Quality criterion - Name: Sustainability / Weighting: 5
Quality criterion - Name: Service and support / Weighting: 32
Quality criterion - Name: Quality / Weighting: 8
Cost criterion - Name: Cost / Weighting: 55
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
2 optional extension periods both consisting of 12 months can be utilised by the Authority
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) Description
two.2.1) Title
Generic arthroscopic equipment and consumables (intended for suppliers who do not offer their own control equipment)
Lot No
4
two.2.2) Additional CPV code(s)
- 33141411 - Scalpels and blades
- 42113172 - Blades
- 33141700 - Orthopaedic supplies
- 31214100 - Switches
- 33161000 - Electrosurgical unit
- 44512910 - Drill bits
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Any or all locations of NHS Scotland Health Boards, all NHS Scotland Special Boards and/or the Authority.
two.2.4) Description of the procurement
This Lot is intended to allow access to the Framework to third (3rd) party consumable suppliers who do not manufacture their own control units, but whose products are compatible with that of those suppliers who do. We require single use, sterile, consumable equipment for use in a wide range of NHSS Arthroscopy/ sports medicine surgical procedures. Consumables shall facilitate easy and safe treatment of the points during minimally invasive surgical procedures on tissue, meniscus, cartilage and ligament damage. Where the consumables work as part of an Arthroscopy control unit and handpiece assembly, they should be compatible for use with a wide range of suppliers equipment as defined in Lots 1 & 2 and fit together intuitively using standard and identified tools, and be able to be used as part of an Arthroscopic system. These will be used in an acute setting across NHSS by suitably trained personnel.
two.2.5) Award criteria
Quality criterion - Name: Sustainability / Weighting: 5
Quality criterion - Name: service & support / Weighting: 32
Quality criterion - Name: Quality / Weighting: 8
Cost criterion - Name: Cost / Weighting: 55
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
2 optional extension periods both consisting of 12 months can be utilised by the Authority
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) Description
two.2.1) Title
Enhanced Services / Innovation Lot (Unscored)
Lot No
6
two.2.2) Additional CPV code(s)
- 33161000 - Electrosurgical unit
- 33140000 - Medical consumables
- 33190000 - Miscellaneous medical devices and products
- 33100000 - Medical equipments
- 33141411 - Scalpels and blades
- 42113172 - Blades
- 33141700 - Orthopaedic supplies
- 31214100 - Switches
- 44512910 - Drill bits
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Any or all locations of NHS Scotland Health Boards, all NHS Scotland Special Boards and/or the Authority.
two.2.4) Description of the procurement
Bidders are requested to submit details of any Enhanced Service they offer. Key deliverables will be decided on a case by case basis but may include, but not be limited to, such evidenced criteria as:
Reduced Waiting Times
Streamlined Patient Pathway
Innovative products related to the Framework
Reduced Readmission Rate
Lower Costs
Enhanced Data Quality & Reporting
Enhanced Inventory Management
Bidders should submit details of any service offered or innovation soon to be available, including unique selling points, for consideration, in 2,000 words or less. Responses should include relevant case studies, successes and details of how purchase of these services, in addition to commitment volumes on Lots 1-4 inclusive, will positively impact on patient care and/or (non-)commitment volume prices for Health boards.
PLEASE NOTE: In order to be awarded to this Lot, bidders are required to be awarded to a minimum of one of the Scored Lots on this tender i.e. Lots 1-4.
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
36
This contract is subject to renewal
Yes
Description of renewals
2 optional extension periods both consisting of 12 months can be utilised by the Authority
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) Description
two.2.1) Title
Combination lot (unscored)
Lot No
5
two.2.2) Additional CPV code(s)
- 33183100 - Orthopaedic implants
- 33161000 - Electrosurgical unit
- 33140000 - Medical consumables
- 33190000 - Miscellaneous medical devices and products
- 33100000 - Medical equipments
- 33141411 - Scalpels and blades
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Any or all locations of NHS Scotland Health Boards, all NHS Scotland Special Boards and/or the Authority.
two.2.4) Description of the procurement
“We require a range of Arthroscopic Equipment and consumbles, Fluid Management Equipment, Implants and supporting arthroscopic equipment and generic arthroscopic equipment and consumables that can be used in a Procedure within an NHS Scotland Acute setting by appropriate trained personnel.
Bidders are requested to submit bids for combinations of volume commitments of applicable products, as previously tendered in Lots 1, 2, 3, or 4 detailing additional discounts in return for combined volume commitments from the Health Boards, or from a collaboration of Health Boards.
Bidders are invited to put forward suggestions for percentage discount from Non Commitment Contract Price and/or commitment band(s)
Bidders may submit any number of combinations up to 100 for Market Share for 1 health board, multiple boards and/or All of Scotland (Current spend circa GBP 3.6 Mpa)
PLEASE NOTE: In order to be awarded to this Lot, bidders are required to be awarded to a minimum of one of the Scored Lots on this tender i.e. Lots 1-4
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
36
This contract is subject to renewal
Yes
Description of renewals
2 optional extension periods both consisting of 12 months can be utilised by the Authority
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
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
(1) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the
candidate in respect of the activities which are similar type to the subject matter of the notice.
(2) All candidates will be required to provide statement of accounts or extracts relating to their business.
See contract/tender documentation which incorporates the requirements of the ESPD (Scotland) and the financial period of reporting is the
previous 3 financial years.
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
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement 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.1.6) 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
13 September 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 10 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
13 September 2023
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
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The value in Section II.1.5 (18,000,000 GBP) refers to the full value of the framework including any extension options.
The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 24783.
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:
The contractor shall ensure that all contracts with sub-contractors and suppliers which the Contractor intends to procure following the
Commencement Date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular
Sub-contractor or supplier, are advertised through the Public Contracts Scotland procurement portal (www.publiccontractsscotland.gov.uk)
and awarded a fair, open transparent and competitive process proportionate to the nature and value of the contract.
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:
Employability / targeted recruitment & training
Supply chain initiatives
Workshops / Mentoring
Third sector engagement
Community consultation / engagement / events
Educational initiatives
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24783. 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:
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24783. 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, but not mandatory, 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: In accordance with the Procurement Reform Act 2014, this
Framework invites consideration of Community Benefits.
Provision of Community Benefits is an
Unscored requirement in this tender.
(SC Ref:739611)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom
Internet address
http://www.nhsscotlandprocurement.scot.nhs.uk/
six.4.2) Body responsible for mediation procedures
Sheriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom
Internet address
http://www.nhsscotlandprocurement.scot.nhs.uk/
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 process 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 as to why the economic operator was unsuccessful. The notification will incorporate a ‘standstill period’ of a
minimum of 10 (ten) clear calendar days (or a minimum of 15 (fifteen) 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.