- Scope of the procurement
- Lot 2. Surgical Stapler & Cutters & consumables for Open and/or Endo Surgical procedures
- Combination Lot (Unscored)
- Enhanced Service / Innovation Lot
- Lot 3. Clip Appliers & Consumables for Open and/or Endo surgical Procedures
- Lot 1. Surgical Staplers only & consumables for Open and/or Endo Surgical Procedures
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
Contact
Eleanor Dickson
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://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
Surgical Staplers, Cutters & Clip Appliers and consumables
Reference number
NP65324
two.1.2) Main CPV code
- 33162100 - Operating-theatre devices
two.1.3) Type of contract
Supplies
two.1.4) Short description
Renewal of National Framework for the Supply of Open/ Endo Surgical Devices covering the following products to NHS Scotland. Products can
be either supplied via the NDC(National Distribution Centre) or direct to hospitals across NHS Scotland. It is expected that the annual
value across all lots will not exceed GBP 7m excluding VAT.
The following products ranges are included:
Lot 1 Staplers only and consumables
Lot 2 Stapler/Cutters and consumables
Lot 3 Clip Appliers and consumables
Lot 4 Combination Lot
Lot 5 Enhanced Service/ Innovation Lot
two.1.5) Estimated total value
Value excluding VAT: £23,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
5
two.2) Description
two.2.1) Title
Surgical Stapler & Cutters & consumables for Open and/or Endo Surgical procedures
Lot No
2
two.2.2) Additional CPV code(s)
- 33162100 - Operating-theatre devices
- 33141122 - Surgical staples
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
"We require Surgical Staplers with cutting capability and related consumables for use in invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.
Tendered items should meet criteria set out in the "Relevant to all Lots" tab on the Scoring Methodology included with the tender. For the avoidance of doubt, this lot is intended for any products which are staplers which have cutting mechanisms. Products which staple but do not cut should be tendered to Lot 1.
two.2.5) Award criteria
Quality criterion - Name: Quality - Clinical References / Weighting: 20
Quality criterion - Name: After Sales, Service & support / Weighting: 20
Quality criterion - Name: Sustainability / Weighting: 5
Price - Weighting: 55
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
4
two.2.2) Additional CPV code(s)
- 33162100 - Operating-theatre devices
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
We require Surgical Staplers, Cutters & Clip Appliers for use in NHSS 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 staplers, stapler/cutters, clip appliers & related accessories/consumable products, as previously tendered in Lots 1-3, with additional discounts in return for additional combined volume discounts from the Health Boards, or collaboration of Health Boards, or any proposal which offers NHSS improved value for money.
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
Lot No
5
two.2.2) Additional CPV code(s)
- 33162100 - Operating-theatre devices
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Bidders are requested to submit details of any Enhanced Service they offer. Key deliverables will be decided on a case by case basis but may include, but not be limited to, such evidenced criteria as:
- Reduced Waiting Times
- Streamlined Patient Pathway
- Reduced Hospital Bed Days
- Reduced Readmission Rate
- Lower Costs
- Enhanced Data Quality & Reporting
- Enhanced Inventory Management
- Innovation products which are expected to be ready for sale within the timeframe of the contract award.
Bidders should submit details of any product or service offered, including unique selling points, for consideration, in 5,000 words or less. Responses should include relevant case studies, successes and details of how purchase of these services, in addition to commitment volumes on Lots 1-3 inclusive, will positively impact commitment volume 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
Clip Appliers & Consumables for Open and/or Endo surgical Procedures
Lot No
3
two.2.2) Additional CPV code(s)
- 33162100 - Operating-theatre devices
- 33141120 - Clip, suture, ligature supplies
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
We require Clip Appliers and consumables for use in invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.
Tendered items should meet criteria set out in the "Relevant to all Lots" tab on this worksheet.
two.2.5) Award criteria
Quality criterion - Name: Quality - Clinical References / Weighting: 20
Quality criterion - Name: After Sales, Service & Support / Weighting: 20
Quality criterion - Name: Sustainability / Weighting: 5
Price - Weighting: 55
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
Surgical Staplers only & consumables for Open and/or Endo Surgical Procedures
Lot No
1
two.2.2) Additional CPV code(s)
- 33162100 - Operating-theatre devices
- 33141122 - Surgical staples
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
We require Surgical Staplers and related consumables for use in invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.
Tendered items should meet criteria set out in the "Relevant to all Lots" tab on this worksheet. Lot 1 should include only those products relevant to the description Surgical Staplers. For the avoidance of doubt, any products which are staplers which have cutting mechanisms should not be tendered to Lot 1, but instead to Lot 2.
two.2.5) Award criteria
Quality criterion - Name: Quality - Clinical References / Weighting: 20
Quality criterion - Name: After Sales, Service & Support / Weighting: 20
Quality criterion - Name: Sustainability / Weighting: 5
Price - Weighting: 55
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
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: 12
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 12month extensions). The Framework term has been extended to allow time for product change andstandardisation, 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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-008908
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 October 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
24 October 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The value in Section II.1.5 (23,500,000 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 XXXXX.
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 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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27245. 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:
https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Employability / targeted recruitment & training
Supply chain initiatives
Workshops / Mentoring
Third sector engagement
Community consultation / engagement / events
Educational initiatives
Community benefits are included, but not mandatory, in this requirement. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
(SC Ref:773104)
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
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