Section one: Contracting authority
one.1) Name and addresses
The Common Services Agency (more commonly known as NHS National Services Scotland) ("NSS")
Gyle Square (NSS Head Office), 1 South Gyle Crescent
Edinburgh
EH12 9EB
Telephone
+44 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://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
NP69321 Endourology Consumables
two.1.2) Main CPV code
- 33140000 - Medical consumables
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 Endourology Consumables 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’).
Currently around 90% of the spend is delivered directly to all Health Boards across NHS Scotland.
two.1.5) Estimated total value
Value excluding VAT: £4,700,000
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
Access Sheaths & Catheters
Lot No
1
two.2.2) Additional CPV code(s)
- 33141200 - Catheters
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
We require a range of Access Sheaths and Catheters to be used throughout NHS Scotland used primarily in a Endourology environment for the treatment and removal of Kidney Stones.
We envisage awarding Seven (7) suppliers to this Lot.
Initially these product's will be purchased and supplied directly by individual health boards across NHS Scotland. Post award reviews will take place with each health board about possibility of routing some product through the NDC (National Distribution Centre).
two.2.5) Award criteria
Quality criterion - Name: Training/Support / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £420,000
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
Endourology Guidewires
Lot No
2
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
We require a range of Endourology Guidewires to be used throughout NHS Scotland used primarily in a Endourology environment for the treatment and removal of Kidney Stones.
We envisage awarding Seven (7) suppliers to this Lot.
Initially these product's will be purchased and supplied directly by individual health boards across NHS Scotland. Post award reviews will take place with each health board about possibility of routing some product through the NDC (National Distribution Centre).
two.2.5) Award criteria
Quality criterion - Name: Training/Support / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £520,000
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
Ureteral Stents
Lot No
3
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
We require a range of Ureteral Stents to be used throughout NHS Scotland used primarily in a Endourology environment for the treatment and removal of Kidney Stones.
We envisage awarding Seven (7) suppliers to this Lot.
Initially these product's will be purchased and supplied directly by individual health boards across NHS Scotland. Post award reviews will take place with each health board about possibility of routing some product through the NDC (National Distribution Centre).
two.2.5) Award criteria
Quality criterion - Name: Training & Support / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £1,350,000
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
Dilators, Balloons & Percutaneous Sheaths
Lot No
4
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
We require a range of Dilators, Balloons & Percutaneous Sheaths to be used throughout NHS Scotland used primarily in a Endourology environment for the treatment and removal of Kidney Stones.
We envisage awarding Seven (7) suppliers to this Lot.
Initially these product's will be purchased and supplied directly by individual health boards across NHS Scotland. Post award reviews will take place with each health board about possibility of routing some product through the NDC (National Distribution Centre).
two.2.5) Award criteria
Quality criterion - Name: Training & Support / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £80,000
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
Stone Baskets & Retrieval Devices
Lot No
5
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
We require a range of Stone Baskets & Retrieval Devices to be used throughout NHS Scotland used primarily in a Endourology environment for the treatment and removal of Kidney Stones.
We envisage awarding Seven (7) suppliers to this Lot.
Initially these product's will be purchased and supplied directly by individual health boards across NHS Scotland. Post award reviews will take place with each health board about possibility of routing some product through the NDC (National Distribution Centre).
two.2.5) Award criteria
Quality criterion - Name: Training & Support / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £1
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
Disposable Ureteroscopes
Lot No
6
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
We require the supply of Disposable Single Use Ureteroscopes to be used throughout NHS Scotland used primarily in a Endourology environment for the treatment and removal of Kidney Stones.
We envisage awarding Seven (7) suppliers to this Lot.
Initially these product's will be purchased and supplied directly by individual health boards across NHS Scotland. Post award reviews will take place with each health board about possibility of routing some product through the NDC (National Distribution Centre).
two.2.5) Award criteria
Quality criterion - Name: Training/Support / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £490,000
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 Laser Fibres
Lot No
7
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
We require a range of Laser Fibres to be used throughout NHS Scotland used primarily in a Endourology environment for the treatment and removal of Kidney Stones. These product's can be used in conjunction with the manufacturer machines which will be purchased directly by individual health boards.
We envisage awarding Seven (7) suppliers to this Lot.
Initially these product's will be purchased and supplied directly by individual health boards across NHS Scotland. Post award reviews will take place with each health board about possibility of routing some product through the NDC (National Distribution Centre).
two.2.5) Award criteria
Quality criterion - Name: Training & Support / Weighting: 30
Price - Weighting: 70
two.2.6) Estimated value
Value excluding VAT: £1,500,000
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
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
All Lots:
1: Products must be CE marked in accordance with MDD 93/42/EEC.
2: Goods should comply with Medical Devices Regulations 2002 (SI 2002 No 618, as amended) (UK MDR 2002) and have an appropriate declaration of conformity and display a valid CE, CE UKNI or UKCA mark.
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.
8: Confirm that the Potential Framework Participant will provide a minimum of One (1) Whole Time Equivalent covering NHS Scotland and be available for tele/.video calls and onsite support, who must have Theatre Access Accreditation for the duration of the Framework Agreement.
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: 49
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 December 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: 21 April 2022
four.2.7) Conditions for opening of tenders
Date
17 December 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 19366. 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:667845)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
27 Chambers Street
Edinburgh
EH11 1LB
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 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.