Opportunity

NP58521 Evacuated Blood Collection Systems

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

F02: Contract notice

Notice reference: 2021/S 000-026679

Published 25 October 2021, 3:44pm



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

Email

patrick.mulraney@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

Regional or local authority

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

NP58521 Evacuated Blood Collection Systems

two.1.2) Main CPV code

  • 33141300 - Venepuncture, blood sampling devices

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 Evacuated Blood Collection Systems including Safety Lancets 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’).

The main supply route for these products will be via the NDC (National Distribution Centre) based in Larkhall South Lanarkshire.

two.1.5) Estimated total value

Value excluding VAT: £15,980,000

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

Evacuated Blood Systems

Lot No

1

two.2.2) Additional CPV code(s)

  • 33141300 - Venepuncture, blood sampling devices

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The basket of goods in Lot One Includes the following scope:

- Blood collection tubes

- Safety Blood Collection Needles

- Safety Blood Collection Sets

- Adaptor & Accessories

We envisage awarding Seven (7) suppliers to this lot.

These products will be purchased by the NDC (National Distribution Centre) in Larkhall, South Lanarkshire for onward supply to the Health Boards across Scotland.

two.2.5) Award criteria

Quality criterion - Name: Training/Support / Weighting: 20

Price - Weighting: 80

two.2.6) Estimated value

Value excluding VAT: £8,470,000

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 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

Single Use Tourniquets (Non-Sterile)

Lot No

2

two.2.2) Additional CPV code(s)

  • 33141300 - Venepuncture, blood sampling devices

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require a range of Single Use Tourniquets (Paper/Rubber) on various sizes that limits infection within an primary and secondary health environment across NHS Scotland.

These products will be purchased by the NDC (National Distribution Centre) in Larkhall, South Lanarkshire for onward supply to the Health Boards across Scotland.

We envisage awarding Seven (7) suppliers to this lot.

two.2.5) Award criteria

Quality criterion - Name: Training/Support / Weighting: 20

Price - Weighting: 80

two.2.6) Estimated value

Value excluding VAT: £1,435,000

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 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

Neonatal Lancets

Lot No

3

two.2.2) Additional CPV code(s)

  • 33141300 - Venepuncture, blood sampling devices

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require a range of safety neonatal lancets which are used across primary and secondary care by suitably trained personnel across NHS Scotland.

These products will be purchased by the NDC (National Distribution Centre) in Larkhall, South Lanarkshire for onward supply to the Health Boards across Scotland.

We envisage awarded Seven (7) suppliers to this lot.

two.2.5) Award criteria

Quality criterion - Name: Training/Support / Weighting: 20

Price - Weighting: 80

two.2.6) Estimated value

Value excluding VAT: £360,000

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 x 12 month extensions available

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

Paediatric/Adult Lancets

Lot No

4

two.2.2) Additional CPV code(s)

  • 33141300 - Venepuncture, blood sampling devices

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require a range of Paediatric/Adult Safety Lancets which are used in primary and secondary care settings across NHS Scotland by suitably trained personnel.

These products will be purchased by the NDC (National Distribution Centre) in Larkhall, South Lanarkshire for onward supply to the Health Boards across Scotland.

We envisage awarded Seven (7) suppliers to this Lot.

two.2.5) Award criteria

Quality criterion - Name: Training/Support / Weighting: 20

Price - Weighting: 80

two.2.6) Estimated value

Value excluding VAT: £835,000

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 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

Adult Tubes

Lot No

5

two.2.2) Additional CPV code(s)

  • 33141300 - Venepuncture, blood sampling devices

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require a range of Adult tubes that are not submitted in Lot One and are used across NHS Scotland in a primary and secondary environment by suitably trained personnel. Envisage awarding 6 suppliers to this lot.

Lot Five (5) is an unscored Lot where suppliers who are awarded to Lot One (1) will be awarded to this Lot if they have submitted a product.

We envisage awarding Seven (7) suppliers to this Lot.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,220,000

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 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

Paediatric Tubes

Lot No

6

two.2.2) Additional CPV code(s)

  • 33141300 - Venepuncture, blood sampling devices

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require a range of Paediatric tubes that are not submitted in Lot One and are used across NHS Scotland in a primary and secondary environment by suitably trained personnel. Envisage awarding 6 suppliers to this lot.

Lot Six (6) is an unscored Lot where suppliers who are awarded to Lot One (1) will be awarded to this Lot if they have submitted a product.

We envisage awarding Seven (7) suppliers to this Lot.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £170,000

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 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

Safety Needles

Lot No

7

two.2.2) Additional CPV code(s)

  • 33141300 - Venepuncture, blood sampling devices

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require a range of Adult tubes that are not submitted in Lot One and are used across NHS Scotland in a primary and secondary environment by suitably trained personnel.

These products will be purchased by the NDC (National Distribution Centre) in Larkhall, South Lanarkshire for onward supply to the Health Boards across Scotland.

Lot Seven (7) is an unscored Lot where suppliers who are awarded to Lot One (1) will be awarded to this Lot if they have submitted a product.

We envisage awarding Seven (7) suppliers to this Lot.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £670,000

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 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

Safety Sets

Lot No

8

two.2.2) Additional CPV code(s)

  • 33141300 - Venepuncture, blood sampling devices

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require a range of Adult tubes that are not submitted in Lot One and are used across NHS Scotland in a primary and secondary environment by suitably trained personnel.

These products will be purchased by the NDC (National Distribution Centre) in Larkhall, South Lanarkshire for onward supply to the Health Boards across Scotland.

Lot Eight (8) is an unscored Lot where suppliers who are awarded to Lot One (1) will be awarded to this Lot if they have submitted a product.

We envisage awarding Seven (7) suppliers to this Lot.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,500,000

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 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

Accessories

Lot No

9

two.2.2) Additional CPV code(s)

  • 33141300 - Venepuncture, blood sampling devices

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require a range of Adult tubes that are not submitted in Lot One and are used across NHS Scotland in a primary and secondary environment by suitably trained personnel.

These products will be purchased by the NDC (National Distribution Centre) in Larkhall, South Lanarkshire for onward supply to the Health Boards across Scotland.

Lot Nine (9) is an unscored Lot where suppliers who are awarded to Lot One (1) will be awarded to this Lot if they have submitted a product.

We envisage awarding Seven (7) suppliers to this Lot.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £320,000

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 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 the limits of indemnity per occurrence and aggregate for Public Liability, and any other

Relevant insurances are above the minimum of 2 million UKGBP for any one incident in any one year. Potential framework participants.

Must confirm Employer liability of 5 million UKGBP.

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

1. All products to be CE Marked in accordance with MDD 93/42/EEC

2. Confirmation that ancillaries tendered and classed as medical devices will carry the appropriate CE declaration and will be in compliance with the regulatory requirements in the UK as part of transition arrangements from the European to British regulatory legislation when the Brexit transition periods ends 31 December 2020 should be included in the qualification envelope of the ITT under technical and professional ability: quality control.

3. All products must be latex free inclusive of packaging.

4. Potential framework participants must confirm all products tendered for contain batch/lot codes with expiry dates in lowest unit configuration.

5. All products must be single use.

6. The prices of all products must be valid for the first two years of the framework.

7. All products tendered for must be sterile excluding Tourniquet's which are non sterile.

8. Potentials bidders 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. Compliance to ISO13485 or equivalent.

10. Compliance with GS1/Scan for Safety

11. Where there are any product changes, the authority must be given three months 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: 28

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

26 November 2021

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: 25 February 2022

four.2.7) Conditions for opening of tenders

Date

26 November 2021

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 19591. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19591. 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:

Potential Framework Participants must provide Community Benefits for health boards who spend a minimum of 50k GBP per annum.

These can include, but not limited to,

- support of identified charitable organisations through volunteering, service, equipment and other resource donation

- allocation of work experience, internship, student places in line with local education strategies

- support to environmental and rejuvenation projects

- support of bringing long term unemployed back into the jobs market

- support and working with 3rd sector and supported businesses within the geographical area

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. 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:667834)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court House

27 Chambers Street

Edinburgh

EH1 1LB

Email

edinburgh@scotcourts.gov.uk

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 be 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.