Tender

Purchase of Pacemakers, ICD's & CRT's

  • NHS National Services Scotland

F02: Contract notice

Notice identifier: 2024/S 000-028238

Procurement identifier (OCID): ocds-h6vhtk-0497f0

Published 4 September 2024, 12:04pm



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

Email

jamie.kelly@nhs.scot

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.