Opportunity

Portable Batteries (NP66022)

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

F02: Contract notice

Notice reference: 2022/S 000-025022

Published 7 September 2022, 8:51am



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

Contact

Toni MacDermid

Email

toni.macdermid@nhs.scot

Telephone

+44 1698794410

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

Portable Batteries (NP66022)

Reference number

NP66022

two.1.2) Main CPV code

  • 31420000 - Primary batteries

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 National Procurement, is undertaking this procurement of Portable Single Use Batteries 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, together with independent contractors to NHS Scotland such as dentists, general medical practitioners, pharmacists, opticians etc and all other bodies governed by Public Law in Scotland.

two.1.5) Estimated total value

Value excluding VAT: £1,140,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31420000 - Primary batteries
  • 31440000 - Batteries
  • 31411000 - Alkaline batteries
  • 31400000 - Accumulators, primary cells and primary batteries

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

AA, AAA, PP3, AA (High Drain) & AAA (High Drain) configuration

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20

Cost criterion - Name: Cost / Weighting: 80

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

The Authority can, at its discretion, extend the framework agreement for 2 additional periods of 12 months.

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

Selection criteria as stated in the procurement documents.

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

(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.

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract,

the types and levels of insurance indicated below:

-

Employer's (Compulsory) Liability Insurance of 2 million pounds sterling (This requirement relates to ESPD 4B.5.1) and

-

Public Liability Insurance of 5 million pounds sterling (This requirement relates to ESPD 4B.5.2)

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

The manufacturer of the product(s) tendered must hold a valid Certificate of Compliance with BS EN ISO9001 issued by an accredited Certification Body.

Possession of accreditation of ISO14001 Environmental Management System or Equivalent.

Batteries listed in this tender must be compliant with all applicable European Union directives and regulations including EN/IEC 60086.

All tendered products must contain Batch/Lot codes and Expiry dates on the lowest sales unit configuration.

For each of the products tendered, bidder must provide details of the organisation(s) who has producer responsibility and include a copy of the Producers Registration with a Battery Compliance Scheme.

For each of the products tendered, bidder must attach a copy of the following documentation

1. Material Safety Data Sheets (MSDS)

2. Product Specification literature

A single product must be tendered for each, and all the generic codes marked as MANDATORY.

Products are required to have a minimum of 36 months shelf line at time of delivery to NHS Scotland's National Distribution Centre.

Potential Framework Participant will be required to hold a minimum of three (3) months stock (initially based on indicative demand stated within the Volumes section of the Technical Envelope section 2.7.2) at the Site of Warehouse Facility where Product is held prior to despatch, to the National Distribution Centre.

All suppliers MUST provide a Dun & Bradstreet D.U.N.S (Data Universal Numbering System) reference number.

Post award, any changes or deviations to the design or manufacture of products including packaging must be notified to the Authority in writing.


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 a single operator

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

11 October 2022

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

Tender must be valid until: 11 January 2023

four.2.7) Conditions for opening of tenders

Date

11 October 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21838. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:700339)

six.4) Procedures for review

six.4.1) Review body

Sherriff Court House

27 Chambers Street

Edinburgh

EH1 1LB

Email

edinburgh@scotscourts.go.uk

Telephone

+44 1312252525

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

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.