- Scope of the procurement
- Lot 1. Dual Chamber Pacemaker (Standard & Advanced)
- Lot 2. Single Chamber Pacemaker (Standard & Advanced)
- Lot 3. Combination CRT Pacemakers & Defibrillators
- Lot 5. ICD Dual Chamber Advanced System
- Lot 7. ICD Single Chamber Advanced
- Lot 8. Extra-Cardiac ICD
- Lot 9. Antimicrobial Adjuncts
- Lot 4. ICD Dual Chamber Standard System
- Lot 6. ICD Single Chamber Standard System
- Lot 12. Leads & Accessories
- Lot 10. Loop Recorders
- Lot 11. Leadless Pacemaker
- Lot 13. Box Changes Only
- Lot 14. Conduction System Pacing
- Lot 15. Innovation
- Lot 16. Collaboration
Section one: Contracting authority
one.1) Name and addresses
NHS National Services Scotland
Gyle Square (NSS Head Office), 1 South Gyle Crescent Edinburgh
Edinburgh
EH12 9EB
Contact
Jamie Kelly
Telephone
+44 77811719906
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
Purchase of Pacemakers, ICD's & CRT's
Reference number
NP56524
two.1.2) Main CPV code
- 33182210 - Pacemaker
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 a Single/Double Chamber Pacemakers, Single/Double Chamber ICD & CRTs, Leads and Accessories, Implantable Loop Recorders, Leadless Pacemaker and Antimicrobial Adjuncts 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: £43,750,000
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
Dual Chamber Pacemaker (Standard & Advanced)
Lot No
1
two.2.2) Additional CPV code(s)
- 33182210 - Pacemaker
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The supply of a dual-chamber pacemakers (Standard & Advanced) this is a small, electrical device that can be implanted into the chest to regulate the heartbeat. It
works by generating electric impulses that are sent to the right atrium and right ventricle of the heart, thereby stimulating contractions and
allowing the two chambers to maintain rhythm. These products are used within a clinical setting across NHS Scotland.
two.2.5) Award criteria
Quality criterion - Name: Clinical References / Weighting: 10
Quality criterion - Name: Implementation & Training / Weighting: 5
Quality criterion - Name: Customer Support Package & After Sales / Weighting: 5
Quality criterion - Name: Business Continuity & Shortage Management / Weighting: 5
Quality criterion - Name: Customer rep availability / Weighting: 5
Price - Weighting: 70
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
The Authority is entitled at this sole discretion to extend the framework agreement by two (2) period of up to 12 months each by giving a minimum notice of three (3) months written notice.
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 Chamber Pacemaker (Standard & Advanced)
Lot No
2
two.2.2) Additional CPV code(s)
- 33182210 - Pacemaker
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The supply of a single chamber pacemaker (Standard & Advanced) this is a pacemaking device for the heart with a single lead, directed either to the atria or the
ventricles. The artificial pacemaker is used to regulate the heartbeat of a patient with natural pacemaking problems and is implanted in a
hospital setting in a brief surgery. These products are used within a clinical setting across NHS Scotland.
two.2.5) Award criteria
Quality criterion - Name: Clinical Reference / Weighting: 10
Quality criterion - Name: Customer rep availability / Weighting: 5
Quality criterion - Name: Implementation and Training / Weighting: 5
Quality criterion - Name: Customer support package and after sales / Weighting: 5
Quality criterion - Name: Business continuity and shortage management / Weighting: 5
Price - Weighting: 70
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
The Authority is entitled at this sole discretion to extend the framework agreement by two (2) period of up to 12 months each by giving a minimum notice of three (3) months written notice.
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 CRT Pacemakers & Defibrillators
Lot No
3
two.2.2) Additional CPV code(s)
- 33182210 - Pacemaker
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The supply of: CRT-Pacemaker (CRT-P) implantable cardiac resynchronisation therapy (Standard) & (Advanced). The device monitors the heart's rhythm, detects irregularities and corrects with electrical impulses. These products are used in various acute &
CRT-D Standard & Advanced, this is a cardiac resynchronization therapy implantable cardioverter defibrillator (CRT-D) is a type of specialised ICD used to treat heart failure. This product is used across various sites across NHS Scotland and used by clinically trained personnel.
two.2.5) Award criteria
Quality criterion - Name: Desirable Features / Weighting: 10
Quality criterion - Name: Business continuity and shortage management / Weighting: 5
Quality criterion - Name: Customer support package and after sales / Weighting: 5
Quality criterion - Name: Customer rep availability / Weighting: 5
Quality criterion - Name: Implementation & Training / Weighting: 5
Price - Weighting: 70
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
The Authority is entitled at this sole discretion to extend the framework agreement by two (2) period of up to 12 months each by giving a minimum notice of three (3) months written notice.
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
ICD Dual Chamber Advanced System
Lot No
5
two.2.2) Additional CPV code(s)
- 33182210 - Pacemaker
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The supply of a ICD Dual Chamber Advanced Pacemaker, this is a Implantable cardioverter defibrillator which is able to preform cardioversion, defibrillation and pacing of the heart. This product is implanted across various NHS Scotland sites by clinically trained personnel.
two.2.5) Award criteria
Quality criterion - Name: Business continuity and shortage management / Weighting: 5
Quality criterion - Name: Customer support package and after sales / Weighting: 5
Quality criterion - Name: Customer rep availability / Weighting: 5
Quality criterion - Name: Implementation & Training / Weighting: 5
Quality criterion - Name: Desirable Features / Weighting: 10
Price - Weighting: 70
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
The Authority is entitled at this sole discretion to extend the framework agreement by two (2) period of up to 12 months each by giving a minimum notice of three (3) months written notice.
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
ICD Single Chamber Advanced
Lot No
7
two.2.2) Additional CPV code(s)
- 33182210 - Pacemaker
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The supply of a ICD Single Chamber Advanced Pacemaker, this is a Implantable cardioverter defibrillator which is able to preform
cardioversion, defibrillation and pacing of the heart. This product is implanted across various NHS Scotland sites by clinically trained personnel.
two.2.5) Award criteria
Quality criterion - Name: Desirable Features / Weighting: 10
Quality criterion - Name: Business continuity and shortage management / Weighting: 5
Quality criterion - Name: Customer support package and after sales / Weighting: 5
Quality criterion - Name: Customer rep availability / Weighting: 5
Quality criterion - Name: Implementation & Training / Weighting: 5
Price - Weighting: 70
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
The Authority is entitled at this sole discretion to extend the framework agreement by two (2) period of up to 12 months each by giving a minimum notice of three (3) months written notice.
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
Extra-Cardiac ICD
Lot No
8
two.2.2) Additional CPV code(s)
- 33182210 - Pacemaker
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
"The supply of a Extra-cardiac ICD, this is implanted under the skin and delivers therapy without the need for wires implanted in the heart. These products are used across various sites across NHS Scotland and implanted by clinically trained personnel."
two.2.5) Award criteria
Quality criterion - Name: Desirable Features / Weighting: 10
Quality criterion - Name: Business continuity and shortage management / Weighting: 5
Quality criterion - Name: Customer support package and after sales / Weighting: 5
Quality criterion - Name: Customer rep availability / Weighting: 5
Quality criterion - Name: Implementation & Training / Weighting: 5
Price - Weighting: 70
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
The Authority is entitled at this sole discretion to extend the framework agreement by two (2) period of up to 12 months each by giving a minimum notice of three (3) months written notice.
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
Antimicrobial Adjuncts
Lot No
9
two.2.2) Additional CPV code(s)
- 33182210 - Pacemaker
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The supply of a Antimicrobial adjuncts. this is designed to stabilise the device and helps reduce the risk of infection and is used with a range of differing implantable cardiac devices across NHS Scotland.
two.2.5) Award criteria
Quality criterion - Name: Business continuity and shortage management / Weighting: 5
Quality criterion - Name: Customer support package and after sales / Weighting: 5
Quality criterion - Name: Customer rep availability / Weighting: 5
Quality criterion - Name: Implementation & Training / Weighting: 5
Price - Weighting: 80
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
The Authority is entitled at this sole discretion to extend the framework agreement by two (2) period of up to 12 months each by giving a minimum notice of three (3) months written notice.
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
ICD Dual Chamber Standard System
Lot No
4
two.2.2) Additional CPV code(s)
- 33182210 - Pacemaker
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The supply of a ICD Dual Chamber Standard Pacemaker, this is a Implantable cardioverter defibrillator which is able to preform cardioversion, defibrillation and pacing of the heart. This product is implanted across various NHS Scotland sites by clinically trained personnel.
two.2.5) Award criteria
Quality criterion - Name: Business continuity and shortage management / Weighting: 5
Quality criterion - Name: Customer support package and after sales / Weighting: 5
Quality criterion - Name: Customer rep availability / Weighting: 5
Quality criterion - Name: Implementation & Training / Weighting: 5
Quality criterion - Name: Desirable Features / Weighting: 10
Price - Weighting: 70
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
The Authority is entitled at this sole discretion to extend the framework agreement by two (2) period of up to 12 months each by giving a minimum notice of three (3) months written notice.
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
ICD Single Chamber Standard System
Lot No
6
two.2.2) Additional CPV code(s)
- 33182210 - Pacemaker
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The supply of a ICD Single Chamber Standard Pacemaker, this is a Implantable cardioverter defibrillator which is able to preform cardioversion, defibrillation and pacing of the heart. This product is implanted across various NHS Scotland sites by clinically trained personnel.
two.2.5) Award criteria
Quality criterion - Name: Desirable Features / Weighting: 10
Quality criterion - Name: Business continuity and shortage management / Weighting: 5
Quality criterion - Name: Customer support package and after sales / Weighting: 5
Quality criterion - Name: Customer rep availability / Weighting: 5
Quality criterion - Name: Implementation & Training / Weighting: 5
Price - Weighting: 70
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
The Authority is entitled at this sole discretion to extend the framework agreement by two (2) period of up to 12 months each by giving a minimum notice of three (3) months written notice.
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
Leads & Accessories
Lot No
12
two.2.2) Additional CPV code(s)
- 33182210 - Pacemaker
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
We require Accessories related to the performance of Pacemaker Implants for use in NHSS Pacemaker CRT & ICD invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel. Products intended to be bid here should include, but not be limited to, consumables required for Pacemaker implantation and should be on Lots One
Only suppliers who are awarded to lots 1 – 8 and have bid products to lot 12 may be awarded.
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
The Authority is entitled at this sole discretion to extend the framework agreement by two (2) period of up to 12 months each by giving a minimum notice of three (3) months written notice.
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
Loop Recorders
Lot No
10
two.2.2) Additional CPV code(s)
- 33182210 - Pacemaker
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The supply of an implantable loop recorder, also known as an insertable cardiac monitor, this is a small device that is implanted just under the skin of the chest for cardiac monitoring. These products are used in a clinical setting across NHS Scotland by clinical trained personnel.
Only suppliers who are awarded to lots One (1) – Eight (8) and have bid products to lot 10 may be awarded.
This Lot is unscored and will be awarded as an Multi Supplier Unranked Award.
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
The Authority is entitled at this sole discretion to extend the framework agreement by two (2) period of up to 12 months each by giving a minimum notice of three (3) months written notice.
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
Leadless Pacemaker
Lot No
11
two.2.2) Additional CPV code(s)
- 33182210 - Pacemaker
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The supply of a leadless pacemaker, this is a small self-contained device that is inserted in the right ventricle of the heart and is used across
NHS Scotland by clinically trained personnel which are required for Pacemaker implantation and should be on Lots One (1) and/or Two (2). of the framework
Only suppliers who are awarded to lots One (1) – Two (2) and have bid products to lot 11 may be awarded.
This Lot is unscored and will be awarded as an Multi Supplier Unranked Award.
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
The Authority is entitled at this sole discretion to extend the framework agreement by two (2) period of up to 12 months each by giving a minimum notice of three (3) months written notice.
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
Box Changes Only
Lot No
13
two.2.2) Additional CPV code(s)
- 33182210 - Pacemaker
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The supply of Box Change Only (CRT-P Standard Box, CRT-P Advanced Pacemaker, CRT-P Bipolar Pacemaker, CRT-D Standard
Pacemaker, CRT-D Advanced Pacemaker, ICD Dual Chamber Standard Pacemaker, ICD Dual Chamber Advanced Pacemaker, ICD Dual
Chamber Advanced Pacemaker, ICD Single Chamber Standard Pacemaker, ICD Single Chamber Advanced Pacemaker and SICD Pacemaker).
Only suppliers who are awarded to lots One (1) – Eight (8) and have bid products to lot 13 may be awarded.
This Lot is unscored and will be awarded as an Multi Supplier Unranked Award.
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
The Authority is entitled at this sole discretion to extend the framework agreement by two (2) period of up to 12 months each by giving a minimum notice of three (3) months written notice.
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
Conduction System Pacing
Lot No
14
two.2.2) Additional CPV code(s)
- 33182210 - Pacemaker
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The supply of a range of Conduction System Pacing leads and delivery systems to support cardiac rhythmic patients across NHS Scotland and will used by clinically trained personnel. Products intended to be bid here should include, but not be limited to, consumables required for Pacemaker implantation and should be on
Only suppliers who are awarded to lots One (1) – Two (2) and have bid products to lot 14 may be awarded.
This Lot is unscored and will be awarded as an Multi Supplier Unranked Award.
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
The Authority is entitled at this sole discretion to extend the framework agreement by two (2) period of up to 12 months each by giving a minimum notice of three (3) months written notice.
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 No
15
two.2.2) Additional CPV code(s)
- 33182210 - Pacemaker
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
We are seeking Pacemaker ICD and CRT implants for use in cardiac invasive surgical procedures within the NHS Scotland (NHSS). These devices will be utilised in acute care settings by qualified healthcare professionals. The lot will permit bidders to include newly developed products and to the framework.
Only suppliers who are awarded to lots One (1) – Nine (9) and have bid products to lot 15 may be awarded.
This Lot is unscored and will be awarded as an Multi Supplier Unranked Award.
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
The Authority is entitled at this sole discretion to extend the framework agreement by two (2) period of up to 12 months each by giving a minimum notice of three (3) months written notice.
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
Collaboration
Lot No
16
two.2.2) Additional CPV code(s)
- 33182210 - Pacemaker
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Bidders are requested to submit details of any Enhanced Service they offer. Key deliverables will be decided on a case by case basis but
may include, but not be limited to, such evidenced criteria as:
- Reduced Waiting Times
- Streamlined Patient Pathway
- Reduced Hospital Bed Days
- Reduced Readmission Rate
- Lower Costs
- Enhanced Data Quality & Reporting
- Enhanced Inventory Management
- Innovation products which are expected to be ready for
sale within the timeframe of the contract award.
Bidders should submit details of any product or service offered, including unique selling points, for consideration, in 5,000 words or less.
Responses should include relevant case studies, successes and details of how purchase of these services, in addition to commitment
volumes on Lots 1-13 inclusive, will positively impact commitment volume prices for Health boards. Only Bidders who have submitted
products for consideration to one or more of the scored lots on this tender (Lots 1-9) can be awarded to this lot.
PLEASE NOTE: This is an Unscored Lot. Boards will use the information provided here by all awarded suppliers to assess their local clinical requirements.
Only suppliers who are awarded to lots One (1) – Nine (9) and have bid products to lot 16 may be awarded.
This Lot is unscored and will be awarded as an Multi Supplier Unranked Award.
This Lot will be an unscored lot, limited to bidders who have been successful in being awarded to Lots One (1) to Nine (9).
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
The Authority is entitled at this sole discretion to extend the framework agreement by two (2) period of up to 12 months each by giving a minimum notice of three (3) months written notice.
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
(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 SPD (Scotland) and the financial period of reporting is the
previous 3 financial years.
Minimum level(s) of standards possibly required
Minimum level(s) of standards required:
Employers (Compulsory) Liability Insurance GBP 5,000,000 minimum
Public Liability Insurance GBP 5,000,000 minimum
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Justification for any framework agreement duration exceeding 4 years: The total potential Framework period is 5 years (3 years + 2 x 12 month extensions). The Framework term has been extended to allow, in this clinically complex area, time for product change and standardisation, opportunity for the health boards to consolidate, and for the market to stabilise.
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
4 October 2024
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: 31 December 2024
four.2.7) Conditions for opening of tenders
Date
4 October 2024
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 value in section II.1.5 reflects the full duration of the framework including any extensions.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27127. 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 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 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:
Employability / targeted recruitment & training
Supply chain initiatives
Workshops / Mentoring
Third sector engagement
Community consultation / engagement / events
Educational initiatives
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.
Provision of Community Benefits is an
Unscored requirement in this tender.
For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:771943)
six.4) Procedures for review
six.4.1) Review body
The Common Services Agency (more commonly known as NHS National Services Scotland) ("NSS")
Gyle Square (NSS Head Office), 1 South Gyle Crescent
Edinburgh
EH12 (EB
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
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.