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
Intraocular Lenses, Viscoelastics & Phaco machines
Reference number
NP50422
two.1.2) Main CPV code
- 33731110 - Intraocular lenses
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 Intraocular Lenses, Viscoelastics, Phacoemulsification machines, service for phacoemulsification machines and associated cassette packs 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 (collectively hereafter
referred to as ‘Participating Authorities’).
two.1.5) Estimated total value
Value excluding VAT: £13,000,000
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
Monofocal Non-Toric Lenses
Lot No
1
two.2.2) Additional CPV code(s)
- 33731110 - Intraocular lenses
- 33730000 - Eye care products and corrective lenses
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
ll Locations of NHS Scotland Health Boards, all NHS Scotland Special Boards and/or the Authority
two.2.4) Description of the procurement
This requirement is for Monofocal Non-Toric intraocular lenses implanted in the eye as part of a treatment for cataracts or myopia.
two.2.5) Award criteria
Quality criterion - Name: Functionality / Weighting: 35
Quality criterion - Name: Education, Training & Provision / Weighting: 5
Quality criterion - Name: Implementation / Weighting: 10
Price - 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
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
Monofocal Toric Lenses
Lot No
2
two.2.2) Additional CPV code(s)
- 33731110 - Intraocular lenses
- 33730000 - Eye care products and corrective lenses
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 requirement is for Monofocal Toric intraocular lenses implanted in the eye as part of a treatment for cataracts or myopia.
two.2.5) Award criteria
Quality criterion - Name: Functionality / Weighting: 35
Quality criterion - Name: Education, Training & Provision / Weighting: 5
Quality criterion - Name: Implementation / Weighting: 10
Price - 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
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
Viscoelastics / OVD
Lot No
3
two.2.2) Additional CPV code(s)
- 33730000 - Eye care products and corrective lenses
- 33731110 - Intraocular lenses
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
To 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 requirement is for Viscoelastics, also referred to as ophthalmic viscosurgical devices, or OVDs, used during eye surgery making phacoemulsification easier and safer.
two.2.5) Award criteria
Quality criterion - Name: Functionality / Weighting: 35
Quality criterion - Name: Education, Training & Provision / Weighting: 5
Quality criterion - Name: Implementation / Weighting: 10
Price - 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
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)
- 33731110 - Intraocular lenses
- 33730000 - Eye care products and corrective lenses
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
For Lot Five (5) Bidders are requested to submit bids for combinations of volume commitments on Intraocular Lenses, Viscoelastics & phacoemulsification machines, service and cassette packs products, as previously tendered in Lots 1-4, detailing additional discounts in return for defined combined volume commitments from the Health Boards, or from a collaboration of Health Boards.
Bidders are invited to put forward your suggestions for bandings and percentage discount from Non-Commitment Contract Price. In order to be awarded to Lot Five (5), bidders are required to be awarded to one or more of the lots (1-4) on this tender.
PLEASE NOTE: Lot Five (5) is an Unscored Lot. Boards will use the information provided here by all awarded suppliers to assess their local clinical requirements. Bidders may submit any number of combinations up to 100% of all Intraocular Lenses, Viscoelastics & phacoemulsification machines, service and cassette packs Market Share for 1 health board, and/or multiple boards. (Current spend circa 2.6Mpa GBP).
Bidders are required to confirm they are happy to consider Health Board collaborations for commitment volume discounts at higher bandings.
Lot Five (5) has been awarded as an unranked Multi Supplier Framework to a maximum of twenty (20) suppliers.
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.2.13) 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
Phacoemulsification machine, service and associated cassette packs (unscored)
Lot No
4
two.2.2) Additional CPV code(s)
- 33731110 - Intraocular lenses
- 33730000 - Eye care products and corrective lenses
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
To 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
The requirement is for phacoemulsification machines, service and associated cassette packs specification and option of capital purchase and/or cassette supply with capital payback. Service provision will be defined at the mini-competition. No Evaluation of responses will occur, and specifications will not be included, but will be shared directly with boards, to be tied down post award by board specific requirements.
PLEASE NOTE: Lot Four (4) is an Unscored Lot. Boards will use the information provided here by all awarded suppliers to assess their local clinical requirements.
Lot Four(4) has been awarded as an unranked Multi Supplier Framework to a maximum of Twenty (20) suppliers.
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
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.
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
Mandatory requirements for all lots
All products tendered are CE/UKCA/CE UKNI Marked in accordance with MDD 93/42/EEC.
All products tendered for are Latex Free (Inclusive of Packaging).
Confirmation that organisation/ manufacturer is ISO13485:2016 certified, or equivalent.
All contract pricing must be fixed for the main term of the contract (3 years). Prices must include all applicable duties paid.
Tendered pricing shall be inclusive of standard p&p.
Compliance in principle with NHSS Standard Consignment Agreement.
Packaging must be GS1 compliant.
Mandatory requirements for Lot 1, 2 & 3
All products tendered are single use, sterile packed.
All products tendered contain batch/lot codes and expiry dates on the lowest sales unit configuration (e.g. Case, box, pack).
Samples are to be provided at the supplier's expense to the nominated participating site — any supplier who fails to deliver product as previously agreed deadlines may be disqualified from the process.
Confirmation that organisation can provide three clinical references, for each lot tendered, from three separate acute sites testifying to usage, within the last 12 months, for each named brand tendered.
The supplier must maintain 30 days stock holding at all times. This shall be based on NHS Scotland recurring demand
Delivery must be made within 5 working days of order placement
Mandatory requirements for Lot 4
Suppliers will have to be awarded to at least one of the scored consumables lots (lots, 1, 2 or 3) to be awarded to lot 4. The offer will then be shared with the health boards. Note: If the health board decides to go ahead to purchase equipment, this will then be mandated through a mini-competition with specifications and tailor-made requirements.
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.1.6) 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
17 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
Duration in months: 10 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
17 October 2022
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 Section II.1.5, reflects the full duration of the framework including any extension options.
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' in this context are contractual requirements which
deliver a wider social benefit in addition to the core purpose of the contract. Examples of Community Benefits
- Community activity – investment in buildings, resources, facilities, (new or repair), human resources
- Supporting education, learning, schools – school visits, presentations, providing resources, factory / site visits, education, training and learning
-Employment – supporting via apprentices, employing unemployed, training, skills development, supporting return to work
- Economic – support SMEs, 3rd sector / supported business indirectly, directly or via sub-contracting
- In particular, requirements which the authority is particularly interested in for this framework relate to targeted training and recruitment. The Authority is interested in opportunities for the long term unemployed, those not in education, employment or training employment, addressing barriers to employment and personal development through vocational qualifications.
- National Services Scotland and Public Health Scotland have launched NHS Scotland’s Community Benefits Gateway.
Access the portal: https://nhsnss.service-now.com/community_benefit Find out more: Access our Community Benefit Gateway | National Services Scotland (nhs.scot) https://www.publichealthscotland.scot/our-organisation/procurement/community-benefits-gateway/Requirement
- Suppliers are asked to support the concept, provision and ongoing development of community benefits provision in relation to this contract.
- Suppliers are asked to provide a brief summary of the community benefits you already deliver in your business, where these are delivered and what they have achieved in outcomes.
- Suppliers are asked to summarise what additional community benefits you propose to develop and deliver as part of this contract if successful.
- Suppliers are asked to confirm that you agree to participate in and support a process of ongoing contract and supplier development in this area including the tracking and reporting of community benefits delivered as part of this contract.
(SC Ref:701630)
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22227. 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
in addition to the supply and services of the products detailed. Where Health boards commit to volume above the 0-1999 band, bidders should refer to the Community Benefit Marketplace Portal for NHS Scotland for additional detail. Provision of Community Benefits is an Unscored requirement in this tender.
(SC Ref:704312)
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 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 amend 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 maybe awarded by the courts where the Framework Agreement has been entered into are limited to the award of damages.