Tender

Purchase of Orthopaedic Trauma & Extremity Implants & Consumables

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

F02: Contract notice

Notice identifier: 2025/S 000-028366

Procurement identifier (OCID): ocds-h6vhtk-052897

Published 29 May 2025, 10:40am



Section one: Contracting authority

one.1) Name and addresses

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

1 South Gyle Crescent

Edinburgh

EH12 9EB

Contact

Eleanor Dickson

Email

eleanor.dickson@nhs.scot

Telephone

+44 1312756000

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/

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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 Orthopaedic Trauma & Extremity Implants & Consumables

Reference number

NP68625

two.1.2) Main CPV code

  • 33183100 - Orthopaedic implants

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 Orthopaedic Trauma & Extremity Implants

and 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’)

two.1.5) Estimated total value

Value excluding VAT: £340,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Cranial Maxillo Facial (CMF) products

Lot No

9

two.2.2) Additional CPV code(s)

  • 33183100 - Orthopaedic implants

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require all implants and consumables for use in NHSS Cranial Maxillo Facial (CMF) invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.

Lot 9 should include only those products relevant to CMF Procedures

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 10

Quality criterion - Name: Service & Support / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 50

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2 optional extension periods both consisting of 12 months can be utilised by the Authority.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Elbow, Wrist & Hand products

Lot No

10

two.2.2) Additional CPV code(s)

  • 33183100 - Orthopaedic implants

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require all implants and consumables for use in NHSS Elbow, Wrist & Hand invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.

Lot 10 should include only those products relevant to Elbow, Wrist & Hand procedures.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 10

Quality criterion - Name: Service & Support / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 50

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2 optional extension periods both consisting of 12 months can be utilised by the Authority.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Shoulder & Clavicle products

Lot No

11

two.2.2) Additional CPV code(s)

  • 33183100 - Orthopaedic implants

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require all implants and consumables for use in NHSS Shoulder & Clavicle invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.

Lot 11 should include only those products relevant to Shoulder & Clavicle procedures.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 10

Quality criterion - Name: Service & Support / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 50

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2 optional extension periods both consisting of 12 months can be utilised by the Authority

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Tibia & Femur products

Lot No

12

two.2.2) Additional CPV code(s)

  • 33183100 - Orthopaedic implants

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require all implants and consumables for use in NHSS Tibia & Femur invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.

Lot 12 should include only those products relevant to Tibia & Femur procedures.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 10

Quality criterion - Name: Service & Support / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 50

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2 optional extension periods both consisting of 12 months can be utilised by the Authority.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Pelvis & Hip & Torso products

Lot No

13

two.2.2) Additional CPV code(s)

  • 33183100 - Orthopaedic implants

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require all implants and consumables for use in NHSS Pelvis, Hip & Torso invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.

Lot 13 should include only those products relevant to Pelvis, Hip & Torso procedures.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 10

Quality criterion - Name: Service & Support / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 50

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2 optional extension periods both consisting of 12 months can be utilised by the Authority

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Foot & Ankle products

Lot No

14

two.2.2) Additional CPV code(s)

  • 33183100 - Orthopaedic implants

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require all implants and consumables for use in NHSS Foot & Ankle invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.

Lot 14 should include only those products relevant to Foot & Ankle procedures.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 10

Quality criterion - Name: Service & Support / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 50

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2 optional extension periods both consisting of 12 months can be utilised by the Authority

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

External Fixation products

Lot No

15

two.2.2) Additional CPV code(s)

  • 33183100 - Orthopaedic implants

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require all implants and consumables for use in NHSS External Fixation surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.

Lot 15 should include only those products relevant to External Fixation procedures.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 10

Quality criterion - Name: Service & Support / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 50

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2 optional extension periods both consisting of 12 months can be utilised by the Authority.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Universal Pins, Screws & Plates

Lot No

16

two.2.2) Additional CPV code(s)

  • 33183100 - Orthopaedic implants

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require all implants and consumables for use in NHSS Trauma & Extremity surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.

Lot 16 should include only those Pins, Screws, plates and consumable products which are of universal use in more than one of the previous Lots 9-15 procedures.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 10

Quality criterion - Name: Service & Support / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 50

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2 optional extension periods both consisting of 12 months can be utilised by the Authority.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Bone Graft & Biomaterials

Lot No

17

two.2.2) Additional CPV code(s)

  • 33183100 - Orthopaedic implants

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require bone graft and biomaterials for use in NHSS Trauma & Extremity surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.

Lot 17 should include any bone graft &/or Biomaterial products which are of use in Trauma and/or Extremity procedures.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 10

Quality criterion - Name: Service & Support / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 50

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2 optional extension periods both consisting of 12 months can be utilised by the Authority

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Other items not covered by previous lots -Unscored Lot

Lot No

19

two.2.2) Additional CPV code(s)

  • 33183100 - Orthopaedic implants

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require products related to use in NHSS Orthopaedic Trauma & Extremity 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 any item related to the overall remit of the Framework but which cannot be included within any specific Lot.

For absolute clarity, no item included here should be present in your bid for any other Lot, and priority should be given to inclusion in defined lots where possible.

PLEASE NOTE: This is an Unscored Lot. Boards will use the information provided here by all awarded suppliers to assess their local clinical requirements and decide who to commit to. "

two.2.5) Award criteria

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

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2 optional extension periods both consisting of 12 months can be utilised by the Authority

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

3D Printed/ Custom items - Unscored Lot

Lot No

18

two.2.2) Additional CPV code(s)

  • 33183100 - Orthopaedic implants

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require products related to use in NHSS Orthopaedic Trauma & Extremity 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 any 3D Printed or customised item specific to a patient related to the overall remit of the Framework but which cannot be included within any other specific Lot.

Products to be included here may be bespoke and custom, but should be able to be catalogued by unique part number and corresponding description. Catalogued items should be able to be purchased on a repeatable basis.

e.g. P/N abc123 - base material costs + P/N def456/7/8 - Customisation fee s/m/l or similar.

For the avoidance of doubt, no product should be tendered here which can only be priced once case specifics are known.

PLEASE NOTE: This is an Unscored Lot. Boards will use the information provided here by all awarded suppliers to assess their local clinical requirements and decide who to commit to.

two.2.5) Award criteria

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

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2 optional extension periods both consisting of 12 months can be utilised by the Authority.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Combination Lot - Unscored

Lot No

20

two.2.2) Additional CPV code(s)

  • 33183100 - Orthopaedic implants

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require Orthopaedic Implants for use in NHSS Trauma & Extremity invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.

Bidders are requested to submit bids for combinations of Trauma & Extremities products, as previously tendered in Lots 1-19, with additional discounts in return for additional combined market share commitment from the Health Boards, or collaboration of Health Boards.

Please put forward your suggestions for bandings and percentage discount from 0-100 Contract Price.

Bidders may submit any number of combinations up to 100% of all Trauma & Extremities for Scotland up to and including 100% market share for NHS Scotland.

PLEASE NOTE: This is an Unscored Lot. Boards will use the information provided here by all awarded suppliers to assess their local clinical requirements and decide who to commit to. This Lot is intended to reduce the need for mini competitions.

two.2.5) Award criteria

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

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2 optional extension periods both consisting of 12 months can be utilised by the Authority

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Enhanced Service & Innovation Lot - Unscored

Lot No

21

two.2.2) Additional CPV code(s)

  • 33183100 - Orthopaedic implants

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 market share on Lots 1-19 inclusive, will positively impact commitment prices for Health boards.

PLEASE NOTE: This is an Unscored Lot. Boards will use the information provided here by all awarded suppliers to assess their local clinical requirements.

two.2.5) Award criteria

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

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2 optional extension periods both consisting of 12 months can be utilised by the Authority

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Reverse Stem Total Shoulder Replacement - Ceiling Price Applies

Lot No

1

two.2.2) Additional CPV code(s)

  • 33183100 - Orthopaedic implants

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require all implants and consumables for use in NHSS Reverse Stem Total Shoulder Replacement invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.

Lot 1 should include only those products relevant to a Reverse Stem Total Shoulder Replacement i.e. a Glenoid component, a Glenosphere component, a Humeral Stem component, a Humeral plate/tray component, a metaphyseal component and appropriate locking screw(s), the combined value of which should not exceed GBP 3,200 non commitment price.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 10

Quality criterion - Name: Service & Support / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 50

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2 optional extension periods both consisting of 12 months can be utilised by the Authority

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Dynamic Hip Screw - Ceiling Price Applies

Lot No

2

two.2.2) Additional CPV code(s)

  • 33183100 - Orthopaedic implants

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require all implants and consumables for use in NHSS Dynamic Hip Screw invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.

Lot 2 should include only those products relevant to a Dynamic Hip Screw Procedure i.e. a DHS Plate, and appropriate screw(s), guide wire(s) and drill(s) to complete the procedure, the combined value of which should not exceed GBP 140

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 10

Quality criterion - Name: Service & Support / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 50

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2 optional extension periods both consisting of 12 months can be utilised by the Authority

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Locking Ankle Tubular Plate - Ceiling price applies

Lot No

3

two.2.2) Additional CPV code(s)

  • 33183100 - Orthopaedic implants

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require all implants and consumables for use in NHSS Locking Ankle Tubular Plate invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.

Lot 3 should include only those products relevant to a Locking Ankle Tubular Plate Procedure i.e a Locking Tubular plate and appropriate screw(s), guide wire(s) and drill(s) to complete the procedure, the combined value of which should not exceed GBP 450

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 10

Quality criterion - Name: Service & support / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 50

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2 optional extension periods both consisting of 12 months can be utilised by the Authority.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Titanium Distal Radial Volar - Ceiling Price Applies

Lot No

4

two.2.2) Additional CPV code(s)

  • 33183100 - Orthopaedic implants

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require all implants and consumables for use in NHSS Titanium Distal Radius Volar invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.

Lot 4 should include only those products relevant to a Distal Radius Volar Procedure i.e. a DVR plate and appropriate screw(s), guide wire(s) and drill(s) to complete the procedure, the combined value of which should not exceed GBP 450

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 10

Quality criterion - Name: Service & Support / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 50

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2 optional extension periods both consisting of 12 months can be utilised by the Authority.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Standard Tibial Nail - Ceiling Price Applies

Lot No

5

two.2.2) Additional CPV code(s)

  • 33183100 - Orthopaedic implants

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require all implants and consumables for use in NHSS Standard Tibial Nail invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.

Lot 5 should include only those products relevant to a Standard Tibial Nail Procedure i.e. standard tibial nail, end cap and appropriate screw(s), guide wire(s) and drill(s) to complete the procedure, the combined value of which should not exceed GBP 460

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 10

Quality criterion - Name: Service & Support / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 50

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2 optional extension periods both consisting of 12 months can be utilised by the Authority.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Short cephalomedullary nail for proximal femoral fractures (hip fractures) - Ceiling Price Applies

Lot No

6

two.2.2) Additional CPV code(s)

  • 33183100 - Orthopaedic implants

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require all implants and consumables for use in NHSS Short Trochanteric Hip Fracture Nail invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.

Lot 6 should include only those products relevant to a Short Trochanteric Hip Fracture Procedure i.e. Short Trochanteric Hip Fracture Nail, end cap and appropriate screw(s), guide wire(s) and drill(s) to complete the procedure, the combined value of which should not exceed GBP 420

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 10

Quality criterion - Name: Service & Support / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 50

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2 optional extension periods both consisting of 12 months can be utilised by the Authority.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Long cephalomedullary  nail for proximal femoral fractures (hip fractures including those with subtrochanteric / femoral shaft extension) - Ceiling Price Applies

Lot No

7

two.2.2) Additional CPV code(s)

  • 33183100 - Orthopaedic implants

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require all implants and consumables for use in NHSS Long Trochanteric Hip Fracture Nail invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.

Lot 7 should include only those products relevant to a Long Trochanteric Hip Fracture Procedure i.e. Long Trochanteric Hip Fracture Nail, end cap and appropriate screw(s), guide wire(s) and drill(s) to complete the procedure, the combined value of which should not exceed GBP 650

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 10

Quality criterion - Name: Service & Support / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 50

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2 optional extension periods both consisting of 12 months can be utilised by the Authority

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Periarticular Cannulated Screw Titanium Small & Large, or SS Small & Large - Ceiling Prices Apply

Lot No

8

two.2.2) Additional CPV code(s)

  • 33183100 - Orthopaedic implants

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

We require all implants and consumables for use in NHSS Periarticular Cannulated Screw ( a)Titanium Small , b)Titanium large, c)SS Small & d)SS large) invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.

Lot 8 should include only those products relevant to a Periarticular Cannulated Screw Procedure i.e. Periarticular Cannulated Screw a) Titanium Small, b)Titanium Large, c) Stainless Steel Small & d) Stainless Steel Large and appropriate guide wire(s) and drill(s) to complete the procedure, the combined value of which should not exceed a)GBP 80, b)GBP 105, c)GBP 70 & d)GBP 90

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 10

Quality criterion - Name: Service & Support / Weighting: 30

Quality criterion - Name: Sustainability / Weighting: 10

Price - Weighting: 50

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2 optional extension periods both consisting of 12 months can be utilised by the Authority.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


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 ESPD (Scotland) and the financial period of reporting is the

previous 3 financial years.

Minimum level(s) of standards possibly 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

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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: 35

In the case of framework agreements, provide justification for any 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

24 July 2025

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: 22 May 2026

four.2.7) Conditions for opening of tenders

Date

24 July 2025

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 (340,000,000 GBP) refers to the full value of the framework including any extension options.

The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 29265.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29265. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the

Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

The contractor shall ensure that all contracts with sub-contractors and suppliers which the Contractor intends to procure following the

Commencement Date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular

Sub-contractor or supplier, are advertised through the Public Contracts Scotland procurement portal (www.publiccontractsscotland.gov.uk)

and awarded a fair, open transparent and competitive process proportionate to the nature and value of the contract.

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

(SC Ref:799990)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court House

27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom

Internet address

http://www.nhsscotlandprocurement.scot.nhs.uk

six.4.2) Body responsible for mediation procedures

Sheriff Court House

27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom

Internet address

http://www.nhsscotlandprocurement.scot.nhs.uk

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Authority will notify economic operators who submitted a tender or (where no deselection process has previously been made) applied

to be selected to tender, of its decision to award the Framework Agreement which notification will contain, among other information, a

summary of the reasons as to why the economic operator was unsuccessful. The notification will incorporate a ‘standstill period’ of a

minimum of 10 (ten) clear calendar days (or a minimum of 15 (fifteen) if the communication method used is not electronic) between the

date on which the Authority 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.

six.4.4) Service from which information about the review procedure may be obtained

Sheriff Court House

27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom

Internet address

http://www.nhsscotlandprocurement.scot.nhs.uk