Section one: Contracting authority
one.1) Name and addresses
The Common Services Agency (more commonly known as NHS National Services Scotland) ("NSS")
Gyle Square (NSS Head Office), 1 South Gyle Crescent
Edinburgh
EH12 9EB
Telephone
+44 1313141051
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
http://www.nss.nhs.scotlandprocurement.scot.nhs.uk/
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
http://www.nss.nhs.scot/browse/procurement-and-logistics
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Electrosurgical
Reference number
NP172-22
two.1.2) Main CPV code
- 33000000 - Medical equipments, pharmaceuticals and personal care products
two.1.3) Type of contract
Supplies
two.1.4) Short description
The supply of Electrosurgical Equipment, such as Electrosurgical Units, Smoke Evacuation
Systems, including any accessories and training, as well as single use Electrosurgical Consumables such as Diathermy Pencils, Active
Electrodes, Biopsy Forceps and Patient Return Electrodes (‘Products’) 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 or other NHS Organisation.
two.1.5) Estimated total value
Value excluding VAT: £6,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 4
two.2) Description
two.2.1) Title
Single Use Diathermy Consumables
Lot No
3
two.2.2) Additional CPV code(s)
- 33158000 - Electrical, electromagnetic and mechanical treatment
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Any, or all locations of NHS Scotland.
two.2.4) Description of the procurement
The supply of single use diathermy consumables including the following; single-use hand control pencils designed to remove tissue and control pencils designed to remove tissue and control bleeding by use of high-frequency electrical current including various disposable active electrode options, single-use patient return electrodes and single use bipolar forceps for use with Electrosurgical Units.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
An optional extension of twenty-four (24) months may 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
Argon plasma coagulation consumables
Lot No
4
two.2.2) Additional CPV code(s)
- 33161000 - Electrosurgical unit
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Any, or all locations of NHS Scotland.
two.2.4) Description of the procurement
The supply of Argon Plasma Coagulation Consumables.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
An optional extension of twenty-four (24) months may 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 Smoke Extraction Systems
Lot No
2
two.2.2) Additional CPV code(s)
- 42521000 - Smoke-extraction equipment
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Any, or all locations of NHS Scotland
two.2.4) Description of the procurement
The supply of surgical smoke evacuation systems used to capture the smoke generated during open surgical and erbium procedures in which there is tissue ablation (e.g. laser surgery, electrocautery etc.)
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
An optional extension of twenty-four (24) months may 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
Electrosurgical Units (ESU)
Lot No
1
two.2.2) Additional CPV code(s)
- 33161000 - Electrosurgical unit
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Any, or all locations of NHS Scotland.
two.2.4) Description of the procurement
The supply of Electrosurgical Units (ESU), suitable for use in a wide range of operating procedures for adult and paediatric services, typically in operating theatres (General, Urology, Gynaecology, Neurosurgery etc). Electrosurgical Units (ESU) must have a wide range of modes of operation (including cutting, coagulation and blending), with a wide range of power levels and waveform types. They must be able to be used with a wide range of surgical instruments, including both monopolar and bipolar instruments for open and laparoscopic procedures.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 50
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
An optional extension period of twenty-four (24) months may 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
Economic operators may be excluded from this competition if they are in breach of any of the situations referred to in regulation 58 of the Public Contracts (Scotland) regulations 2015.
Minimum level(s) of standards possibly required
In order to confirm Potential Framework Participants economic and financial capacity the Authority may request some, or all of the
following:
(1) Appropriate statements from the Potential Framework Participant's bankers or where appropriate, evidence of relevant professional risk
indemnity insurance;
(2) Statements of accounts or extracts from those accounts relating to the business of the Potential Framework Participant where
publication of the statement is required under the law of the relevant State in which the Potential Framework Participant is established; or
(3) Where appropriate, a statement, covering the three previous financial years of the Potential Framework Participant, of –
(a) the overall turnover of the business of the Potential Framework Participant; and
(b) where appropriate, the turnover in respect of the goods or services which are of similar type to the subject matter of this Framework
Agreement
4) Where the Potential Framework Participant is unable for a valid reason to provide the information required, the Authority may accept
such other information provided by the Potential Framework Participant as the Authority considers appropriate.
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: 10
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Due to significant capital investment required by NHS Scotland Health Boards. Potential 72 month framework supports need for Health Boards to achieve sufficient return on investment whilst offering the best value. Any decision to exercise the the additional twenty-four (24) month extension option will be determined during the 4th year of the framework.
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: 2022/S 000-682553
four.2.2) Time limit for receipt of tenders or requests to participate
Date
7 December 2022
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
7 December 2022
Local time
12:00pm
Place
National Distribution Centre, 2 Swinhill Avenue, Canderside, ML9 2QX
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 buyer is using PCS-Tender to conduct this ITT exercise. The Project Code is 20933. For more information see:
http://www.publiccontractsscotland.gov.uk
A sub-contract clause has been included in this contract. For more information see: http://
www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: http://
www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Potential Framework Participants will be requested to provide details of any community benefits that will result from their organisation
being awarded to the Framework.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19321. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
In accordance with the Procurement Reform Act 2014, Potential Framework Participants will be requested to provide details of any
community benefits that will result from their organisation being awarded to the Framework
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20933. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Community benefits are included in this requirement. For more information see: http://
www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Potential Framework Participants will be requested to provide details of any community benefits that will result from their organisation
being awarded to the Framework.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20933. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
In accordance with the Procurement Reform Act 2014, Potential Framework Participants will be requested to provide details of any
community benefits that will result from their organisation being awarded to the Framework
(SC Ref:686297)
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.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures:
The authority will notify economic operators who submitted a tender or (where no deselection notification 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 why the economic operator was unsuccessful. The notification will incorporate a ‘standstill period’ of a
minimum of 10 clear calendar days (or a minimum of 15 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. Economic operators are
entitled to write to the authority after receipt of the notification should they require further clarification.