Opportunity

Dental Sundries

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

F02: Contract notice

Notice reference: 2021/S 000-031083

Published 14 December 2021, 12:55pm



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

Gordon Ralph

Email

gordon.ralph@nhs.scot

Telephone

+44 7929719371

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/

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

Dental Sundries

Reference number

NP502/21

two.1.2) Main CPV code

  • 33141800 - Dental consumables

two.1.3) Type of contract

Supplies

two.1.4) Short description

This contract framework is for the provision of Dental Sundries for NHSS Health Boards including the following commodity groups;

Consumables, Standard Endodontics, Finishing and Polishing, General Hygiene, Hand Instruments, Hand Pieces, Impressions, Linings and Cements, Matrix Systems, Oral Hygiene, Pins & Posts, Prevention, Restoratives, Rotary Instruments, Surgical, Temporary Crowns and Materials.

For NHSS Hospital locations. General Dental Practitioners (GDPs) are not in scope for this framework.

NOTE: The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.

To access PCS-Tender, record your interest in this notice and access the tender documentation please visithttps://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code 17915 under ITTs Open to All Suppliers. Please use the Search/Filter function, then select Project Code from the drop down. Please note that once you have expressed interest in the ITT it will move to your My ITTs area.

For further information on using PCS-Tender, please read the Supplier Response Guide: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf

If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can access PCS-Tender through your Public Contracts Scotland Control Panel.

two.1.5) Estimated total value

Value excluding VAT: £16,108,356

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 33141800 - Dental consumables

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

All entities constituted pursuant to the National Health Service (Scotland) Act 1978.

two.2.4) Description of the procurement

This contract framework is for the provision of Dental Sundries for NHSS Health Boards including the following commodity groups;

Consumables, Standard Endodontics, Finishing and Polishing, General Hygiene, Hand Instruments, Hand Pieces, Impressions, Linings and Cements, Matrix Systems, Oral Hygiene, Pins & Posts, Prevention, Restoratives, Rotary Instruments, Surgical, Temporary Crowns and Materials.

For NHSS Hospital locations. General Dental Practitioners (GDPs) are not in scope for this framework.

NOTE: The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.

To access PCS-Tender, record your interest in this notice and access the tender documentation please visithttps://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code 17915 under ITTs Open to All Suppliers. Please use the Search/Filter function, then select Project Code from the drop down. Please note that once you have expressed interest in the ITT it will move to your My ITTs area.

For further information on using PCS-Tender, please read the Supplier Response Guide: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf

If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can access PCS-Tender through your Public Contracts Scotland Control Panel

two.2.5) Award criteria

Quality criterion - Name: Own Branded Products / Weighting: 5

Quality criterion - Name: Customer Service Support / Weighting: 15

Quality criterion - Name: Implementation Management / Weighting: 5

Price - Weighting: 75

two.2.6) Estimated value

Value excluding VAT: £16,108,356

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 x 12 month extensions are available at the sole discretion of 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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Minimum standards applicable as follows:

Suppliers must be compliant to the following ISO certification or equivalent.

ISO9001:2008

ISO13485:2012

Directive 93/42/EEC

Provision of valid certification for these standards (or equivalent) is required for this procurement.

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

(1) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

See Tender 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 a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

This is a complex clinical area and changes to product will require considerable staff training and potential change to clinical practise and training in technique. This award may take the additional year extension option that would take it past the 4 year point, but this 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.2.2) Time limit for receipt of tenders or requests to participate

Date

27 January 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

Tender must be valid until: 27 April 2022

four.2.7) Conditions for opening of tenders

Date

27 January 2022

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 buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20216. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:676850)

six.4) Procedures for review

six.4.1) Review body

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 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.