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 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
Access to the procurement documents is restricted. Further information can be obtained at
http://publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://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
Patient Monitoring, Anaesthetic Machines, Ventilators & ECG Machines
Reference number
NP173/23
two.1.2) Main CPV code
- 33195000 - Patient-monitoring system
two.1.3) Type of contract
Supplies
two.1.4) Short description
Framework agreement for the supply and delivery of Patient Monitors, Anaesthetic Machines, Ventilators & ECG to 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 organisations established pursuant to the NHS (Scotland) Act1978)and any Integrated Joint Boards established pursuant to
the new Public Bodies (Joint Working) Scotland Act 2014. All Scottish Hospices.
two.1.5) Estimated total value
Value excluding VAT: £36,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
4
two.2) Description
two.2.1) Title
Patient Monitors
Lot No
1
two.2.2) Additional CPV code(s)
- 33195100 - Monitors
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The supply and delivery of Patient Monitors to include but not limited to various types of; Medium /High End Modular Monitoring,
Intermediate Pre Configured Monitoring, Vital Signs/Ward Monitoring, Transport Monitoring. All suppliers awarded to the framework
must be able to provide a full project management service which includes pre-installation assessment, supply, delivery, assembly, final
placement, installation and handover.
two.2.5) Award criteria
Quality criterion - Name: Clinical & Technical / Weighting: 25
Quality criterion - Name: Service & Support / Weighting: 15
Quality criterion - Name: Sustainability / Weighting: 10
Cost criterion - Name: 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
1 x 12 month extension
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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.2.14) Additional information
The Authority envisage up to Ten (10) Framework Participants to be awarded to each Lot of the Multi supplier unranked framework.
two.2) Description
two.2.1) Title
Anaesthetic Machines
Lot No
2
two.2.2) Additional CPV code(s)
- 33661100 - Anaesthetics
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The supply and delivery of Anaesthetic Machines to include but not limited to various types of; Theatre, Induction Room. All suppliers
awarded to the framework must be able to provide a full project management service which includes pre-installation assessment, supply,
delivery, assembly, final placement, installation and handover.
two.2.5) Award criteria
Quality criterion - Name: Service & Support / Weighting: 15
Quality criterion - Name: Clinical & Technical / Weighting: 25
Quality criterion - Name: Sustainability / Weighting: 10
Cost criterion - Name: 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
1 x 12 month extension
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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.2.14) Additional information
The Authority envisage up to Ten (10) Framework Participants to be awarded to each Lot of the Multi supplier unranked framework.
two.2) Description
two.2.1) Title
Ventilators
Lot No
3
two.2.2) Additional CPV code(s)
- 39714100 - Ventilators
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The supply and delivery of Ventilators to include but not limited to various types of; ICU, Neonate/Infant, Transport, Non-Invasive
Hospital Stand Alone, Induction Room, MRI Compatible. All suppliers awarded to the framework must be able to provide a full project
management service which includes pre-installation assessment, supply, delivery, assembly, final placement, installation and handover.
two.2.5) Award criteria
Quality criterion - Name: Clinical & Technical / Weighting: 25
Quality criterion - Name: Service & Support / Weighting: 15
Quality criterion - Name: Sustainability / Weighting: 10
Cost criterion - Name: 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
1 x 12 month extension
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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.2.14) Additional information
The Authority envisage up to Ten (10) Framework Participants to be awarded to each Lot of the Multi supplier unranked framework.
two.2) Description
two.2.1) Title
Electrocardiogram (ECG)
Lot No
4
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The supply and delivery of ECG equipment of hospital standard. All suppliers awarded to the framework must be able to provide a full project management service which includes supply, delivery, final placement and handover.
two.2.5) Award criteria
Quality criterion - Name: Clinical & Technical / Weighting: 25
Quality criterion - Name: Service & Support / Weighting: 15
Quality criterion - Name: Sustainability / Weighting: 10
Cost criterion - Name: 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
1 x 12 month extension
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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.2.14) Additional information
The Authority envisage up to Ten (10) Framework Participants to be awarded to each Lot of the Multi supplier unranked framework.
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
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.
three.1.2) Economic and financial standing
List and brief description of selection criteria
All candidates will be required to provide statement of accounts or extracts relating to their for the previous 3 years. Where any are risks
identified by the Authority as part of the due diligence carried out on the above information the Authority may require bidders to provide
additional information to demonstrate financial standing. Additional information can include but not be limited to:
— parent company accounts (if applicable),
— deeds of guarantee,
— bankers statements and references,
— accountants’ references,
— management accounts,
— financial projections, including cash flow forecasts,
— details and evidence of previous contracts, including contract values,
— capital availability.
Bidders who cannot provide suitable evidence of a secure financial standing may be excluded from the procurement.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Please refer to ITT
Minimum level(s) of standards possibly required
All products must be CE marked, and meet Medical Device Directive requirements.
Must be certified to ISO 13485 or equivalent.
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: 40
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
Originally published as:
Date
30 November 2023
Local time
12:00pm
Changed to:
Date
24 November 2023
Local time
10:00am
See the change notice.
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
30 November 2023
Local time
12:00pm
Place
1 South Gyle Crescent, Edinburgh, EH12 9EB
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 25083
A summary of the expected community benefits has been provided as follows:
It is a mandatory requirement that potential framework participants agree to support the concept, provision and ongoing development of
community benefits provision in relation to this framework. Potential framework participants are required to agree to this mandatory
requirement, provide a brief summary of the community benefits you already deliver in your business, where these are delivered and what
they have achieved in outcomes. Potential framework participants are required to summarise what community benefits you propose to
develop and deliver as part of this contract if successful. Community benefits potential framework participants are required to confirm that
if successful you agree to participate in and support a process of ongoing contract and supplier development in this area including the
tracking and reporting of community benefits delivered as part of this framework.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25083. 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:
It is a mandatory requirement that potential framework participants agree to support the concept, provision and ongoing development of
community benefits provision in relation to this framework. Potential framework participants are required to agree to this mandatory
requirement, provide a brief summary of the community benefits you already deliver in your business, where these are delivered and what
they have achieved in outcomes. Potential framework participants are required to summarise what community benefits you propose to
develop and deliver as part of this contract if successful. Community benefits potential framework participants are required to confirm that
if successful you agree to participate in and support a process of ongoing contract and supplier development in this area including the
tracking and reporting of community benefits delivered as part of this framework.
(SC Ref:747645)
six.4) Procedures for review
six.4.1) Review body
The Common Services Agency (more commonly known as NHS National Services Scotland)
Gyle Square (NSS Head Office), 1 South Gyle Crescent
Edinburgh
EH12 9EB
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 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.