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 1312757454
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
Enteral Feeding Products
Reference number
NP61323
two.1.2) Main CPV code
- 33141310 - Syringes
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 Enteral Syringes, Feeding Tubes and Accessories 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: £10,500,000
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
Nasal Tube Retainers
Lot No
3
two.2.2) Additional CPV code(s)
- 33692300 - Enteral feeds
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
To all Locations of NHS Scotland Health Boards, all NHS Scotland Special Boards and/or the Authority.
two.2.4) Description of the procurement
We are require a Single Use Nasal Tube Retainer that may be fitted to a wide range of patients in differing environments across all Health Boards, with the nasal feeding tubes being supplied by a range of different suppliers.
The nasal tube retaining device shall minimise the chance of patient discomfort while maximising the retention of the nasal tube in the fitted position, and should securely hold the nasal tube to the patient.
The tube retaining device should minimise the opportunity for removal other than that by the patients carer.
The retaining device should support ease of application with minimal discomfort to the patient and maximise the chance of first time completion of the fitting process.
Once fitted the tube retaining device shall minimise the chance of interference with the designed application of the secured nasal tube.
two.2.5) Award criteria
Quality criterion - Name: Training & Support / Weighting: 10%
Quality criterion - Name: Supply Chain Resilience / Weighting: 15%
Price - Weighting: 75%
two.2.6) Estimated value
Value excluding VAT: £1,850,000
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 12-month extension periods 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
pH Indicator Strips & Readers
Lot No
4
two.2.2) Additional CPV code(s)
- 33692300 - Enteral feeds
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
To 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 pH Paper which is used for the determination of human gastric aspirate from patients in the Acute and Community Environment, the PH Paper should minimises the risk of false readings in the event of the tube being contaminated and must be supplied in a reading scale of 0.5. We also require pH Readers that operate based on the pH paper provided, which can be used by Health Boards in cases of unclear or subjective manual readings.
two.2.5) Award criteria
Quality criterion - Name: Training & Support / Weighting: 10%
Quality criterion - Name: Supply Chain Resilience / Weighting: 15%
Price - Weighting: 75%
two.2.6) Estimated value
Value excluding VAT: £750,000
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 12-month extension periods 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
Feeding Tubes & Accessories
Lot No
5
two.2.2) Additional CPV code(s)
- 33692300 - Enteral feeds
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
To all Locations of NHS Scotland Health Boards, all NHS Scotland Special Boards and/or the Authority.
two.2.4) Description of the procurement
Each of the following products should be constructed to maximise ease of insertion and minimise risk to patients. During the product life cycle it should support efficient and effective operation in the variety of scenarios and user skills likely to be encountered.
5.1 We require a Long Term Nasogastric Feeding tube that is inserted by suitably trained personnel
5.2 We require an Infant Feeding Tube that is inserted by suitable trained personnel
5.3 We require a Low Profile Balloon Button that is inserted by suitably trained personnel
5.4 We require a Low Profile Balloon Button Kit which may be used for replacing or inserting a Balloon Button by suitably trained personnel
5.5 We require a Balloon Gastrostomy Tube Kit which may be used for replacing or inserting a Balloon Gastrostomy Tube by suitably trained personnel
5.6 We require a Balloon Gastrostomy Tube that is inserted by suitably trained personnel
5.7 We require a Percutaneous Endoscopic Gastrostomy Kit (PEG) that is inserted by suitably trained personnel
5.8 We require a Jejunostomy Tube that is inserted by suitably trained personnel
5.9 We require a Nasojejunal Tube that is inserted by suitably trained personnel
5.10 We require an Extension Set that connects to a low profile device
two.2.5) Award criteria
Quality criterion - Name: Training & Support / Weighting: 20%
Quality criterion - Name: Functional Characteristics / Weighting: 15%
Quality criterion - Name: Supply Chain Resilience / Weighting: 15%
Price - Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £6,000,000
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 12-month extension periods 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
Single Use Enteral Syringes
Lot No
1
two.2.2) Additional CPV code(s)
- 33141310 - Syringes
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
To 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 single-use purple Enteral Syringe mainly used in a community setting. One of the primary functions of an Enteral Syringe is to safely delivery nourishment, medications and fluids in an Acute and Community environment.
two.2.5) Award criteria
Quality criterion - Name: Supply Chain Resilience / Weighting: 15%
Quality criterion - Name: Functional Characteristics / Weighting: 10%
Price - Weighting: 75%
two.2.6) Estimated value
Value excluding VAT: £1,625,000
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 12-month extension periods 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
Reusable Enteral Syringes
Lot No
2
two.2.2) Additional CPV code(s)
- 33141310 - Syringes
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
To 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 reusable purple Enteral Syringe mainly used in a community setting. One of the primary functions of an Enteral Syringe to safely delivery nourishment, medications and fluids in an Acute and Community environment.
two.2.5) Award criteria
Quality criterion - Name: Functional Characteristics / Weighting: 10%
Quality criterion - Name: Supply Chain Resilience / Weighting: 15%
Price - Weighting: 75%
two.2.6) Estimated value
Value excluding VAT: £500,000
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 12-month extension periods 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
Innovation Lot
Lot No
6
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
To all Locations of NHS Scotland Health Boards, all NHS Scotland Special Boards and/or the Authority.
two.2.4) Description of the procurement
Innovation Lot for the inclusion of products that are not available at the time of tender, which can be added to a non-scored Lot throughout the duration of the framework. This Lot is exclusively reserved for products that do not fall under the remit of any of the five other Lots, yet still relevant to the overall framework.
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
3 years financial accounts
Minimum level(s) of standards possibly required
Potential Framework Participants must confirm they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:
Professional Risk Indemnity: 2M GBP
Employer's (Compulsory) Liability: 5M GBP
Public Liability: 5M GBP
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
1) All products tendered must be Latex Free
2) Compliance with ISO13485 certification or equivalent, must be valid for the duration of the framework
3) Where applicable, all products tendered must be capable of complying with ENFit Standard ISO80369-3
4) Contract pricing must be fixed for the first two (2) years after the date of the letter of award issued by the Authority to all successful framework participants
5) All product tendered must be CE/UKCA Marked in accordance with MDD 93/42/EEC
6) Potential framework participants must confirm all products tendered for contain batch/lot codes with expiry dates in lowest unit configuration
7) Compliance with GS1/Scan for Safety
8) Potential bidders must have a minimum of 1 Whole Time Equivalent (WTE) for the duration of the framework, including the extension periods, covering all NHS Scotland Health Boards
9) Where there are any product changes, the Authority must be given 90 days' notice
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: 27
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: 2017/S 140-287130
four.2.2) Time limit for receipt of tenders or requests to participate
Date
11 September 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
11 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 values in Sections II.1.5 and II.2.6 cover the full duration of the framework including any extension options that may be exercised.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23875. 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:
It is a mandatory requirement that potential framework participants agree to support the concept, provision and ongoing development of community benefits provision in relation to this framework.
Potential framework participants are required to agree to this mandatory requirement. They are also requested to provide a brief summary of the community benefits that have recently been delivered within Scotland, if at all, and also what impact and outcomes these have achieved.
Potential framework participants are required to summarise any proposed community benefits that will be developed and delivered as part of this contract if successful or, alternatively, potential framework participants confirm that they will engage with the NHS Scotland’s Community Benefits 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 an 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/
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23875. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:733889)
six.4) Procedures for review
six.4.1) Review body
The Common Services Agency (more commonly known as NHS National Services Scotland) ('the Authority')
Sheriff Court House, 27 Chambers Street
Edinburgh
EH11 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 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