- Scope of the procurement
- Lot 9. Cranial Maxillo Facial (CMF) products
- Lot 10. Elbow, Wrist & Hand products
- Lot 11. Shoulder & Clavicle products
- Lot 12. Tibia & Femur products
- Lot 13. Pelvis & Hip & Torso products
- Lot 14. Foot & Ankle products
- Lot 15. External Fixation products
- Lot 16. Universal Pins, Screws & Plates
- Lot 17. Bone Graft & Biomaterials
- Other items not covered by previous lots -Unscored Lot
- 3D Printed/ Custom items - Unscored Lot
- Combination Lot - Unscored
- Enhanced Service & Innovation Lot - Unscored
- Lot 1. Reverse Stem Total Shoulder Replacement - Ceiling Price Applies
- Lot 2. Dynamic Hip Screw - Ceiling Price Applies
- Lot 3. Locking Ankle Tubular Plate - Ceiling price applies
- Lot 4. Titanium Distal Radial Volar - Ceiling Price Applies
- Lot 5. Standard Tibial Nail - Ceiling Price Applies
- Lot 6. Short cephalomedullary nail for proximal femoral fractures (hip fractures) - Ceiling Price Applies
- Lot 7. Long cephalomedullary nail for proximal femoral fractures (hip fractures including those with subtrochanteric / femoral shaft extension) - Ceiling Price Applies
- Lot 8. Periarticular Cannulated Screw Titanium Small & Large, or SS Small & Large - Ceiling Prices Apply
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
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