Tender

Patient Monitoring, Anaesthetic Machines, Ventilators & ECG Machines

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

F02: Contract notice

Notice identifier: 2023/S 000-031169

Procurement identifier (OCID): ocds-h6vhtk-040e1a

Published 23 October 2023, 11:36am



The closing date and time has been changed to:

24 November 2023, 10:00am

See the change notice.

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

Email

Michele.oboyle@nhs.scot

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.