Opportunity

ITU Haemofiltration

  • NHS National Services Scotland

F02: Contract notice

Notice reference: 2022/S 000-025198

Published 8 September 2022, 10:28am



Section one: Contracting authority

one.1) Name and addresses

NHS National Services Scotland

Gyle Square (NSS Head Office), 1 South Gyle Crescent

Edinburgh

EH12 9EB

Contact

Josh Foggo

Email

josh.foggo@nhs.scot

Telephone

+44 7855060653

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/

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

ITU Haemofiltration

Reference number

NP584/22

two.1.2) Main CPV code

  • 33181520 - Renal dialysis consumables

two.1.3) Type of contract

Supplies

two.1.4) Short description

This Framework Agreement is for the supply of ITU Haemofiltration Machines, Fluids and Consumables to NHS

Scotland.

two.1.5) Estimated total value

Value excluding VAT: £6,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 33181000 - Renal support devices

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Any or all locations of all NHS Scotland Health Boards, all NHS Scotland Special Health Boards and/or the Authority or

other NHS organisation established pursuant to the NHS (Scotland) Act 1978

two.2.4) Description of the procurement

This Framework Agreement is for the supply of ITU Haemofiltration Machines, Fluids and Consumables to NHS

Scotland.

two.2.5) Award criteria

Quality criterion - Name: Product Quality & Performance / Weighting: 30

Quality criterion - Name: Support & Service / Weighting: 20

Price - Weighting: 50

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

One (1) optional extension period, consisting of twenty-four (24) months may 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.2.13) 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

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.

three.1.2) Economic and financial standing

List and brief description of selection criteria

All candidates will be required to provide a statement, covering the 3 previous financial years accounts including turnover as detailed in SPD

Minimum level(s) of standards possibly required

In order to confirm Potential Framework Participants economic and financial capacity the Authority may request some, or all of the

following:

(1) Appropriate statements from the Potential Framework Participant's bankers or where appropriate, evidence of relevant professional risk

indemnity insurance;

(2) Statements of accounts or extracts from those accounts relating to the business of the Potential Framework Participant where

publication of the statement is required under the law of the relevant State in which the Potential Framework Participant is established; or

(3) Where appropriate, a statement, covering the three previous financial years of the Potential Framework Participant, of –

(a) the overall turnover of the business of the Potential Framework Participant; and

(b) where appropriate, the turnover in respect of the goods or services which are of similar type to the subject matter of this Framework

Agreement

4) Where the Potential Framework Participant is unable for a valid reason to provide the information required, the Authority may accept

such other information provided by the Potential Framework Participant as the Authority considers appropriate.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Please refer to ITT

Minimum level(s) of standards possibly required

Mandatory requirements are detailed within tender documents (Technical Envelope).


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: 8

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Due to the significant capital investment required by NHS ScotlandHealth Boards e.g. Haemofiltration equipment. Potential 72 month framework supports need for Health Boards to achieve sufficientreturn on investment whilst offering the best value. Any decision to exercise the one (1) additional twenty-four (24) month extension options, will be determined during the 4th year of the framework.

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: 2022/S 022-191611

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

Date

20 October 2022

Local time

10:00am

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

20 October 2022

Local time

10:00am

Place

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


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

SPD 4C.4

If bidders intend to use a supply chain to deliver the requirements detailed in II.2.4 in the Find a Tender Service, Contract Notice or

relevant section of the Site Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking

systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay

subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:

a) their standard payment terms

b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year

If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment

performance.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21891. 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 NHS 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 is successful, or, alternatively potential framework participants confirm they will engage with the NHS Scotland’s

Community Benefit 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 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/

(SC Ref:701542)

six.4) Procedures for review

six.4.1) Review body

Sherriff Court House

27 Chambers Street

Edinburgh

EH1 1LB

Email

edinburgh@scotcourts.gov.uk

Telephone

+44 131225252

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 operators 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 dispatches 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.