Section one: Contracting authority/entity
one.1) Name and addresses
The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)
1 South Gyle Crescent
Edinburgh
EH12 9EB
Contact
Adeniyi Morakinyo
Telephone
+44 1312756000
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.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
The provision of a CCE (Colon Capsule Endoscopy), delivery, reading and reporting service
Reference number
NP195-19
two.1.2) Main CPV code
- 85150000 - Medical imaging services
two.1.3) Type of contract
Services
two.1.4) Short description
The requirement for this procurement is to identify an Innovation Partner who will develop an innovative CCE (Colon Capsule Endoscopy)
managed service integrated into the NHS across Scotland with the aim of improving the patient journey, improving outcomes and reducing
the requirement for traditional hospital-based optical colonoscopy procedures.
The Innovation Partner will provide colon endoscopy capsules and a delivery, reading and reporting service to NHS Scotland.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £4,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 33168000 - Endoscopy, endosurgery devices
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
All Health Boards within NHS Scotland
two.2.4) Description of the procurement
NHSScotland is looking identify an Innovation Partner who will develop an innovative CCE (Colon Capsule Endoscopy) managed service
integrated into the NHS across Scotland with the aim of improving the patient journey, improving outcomes and reducing the requirement
for traditional hospital-based optical colonoscopy procedures.
Innovation Partner who will perform CCE (Colon Capsule Endoscopy), delivery, reading and reporting service including all, or some of the
following components:
-Patient preparation: - critical for a clean and timely video and outcome
-Inform the patient, setting appointment, managing consent
-Provide patient with preparation medication and guidelines
-Assess patient’s ability to be well prepared
-Procedure delivery: - managed delivery with structured approach -
-Meet the patient in their community (home, primary care centre, other health service centre)
-Re-assessing ability to conduct successful procedure
-Support the patient in correct placement of belt & recorder
-Support the patient with capsule ingestion and dealing with potential adverse events
-Assist remotely when needed
-Receive returned equipment, uploading of video, managing equipment
-Video analysis: - timely, save and efficient delivery of report –
-Receive (de-identified) patient video
-Pre-read the video
-Validate findings
-Create comprehensive report
-Transmit report electronically to referring consultant
In addition, in regards to IT integration, the service will be able to seamlessly refer a patient to a video capsule endoscopy and receive the
report the same way as any other endoscopy report. This includes scheduling of follow-ups as well as integration into patient records such
as SCIStore and with Trakcare. Users of alternative endoscopy management systems could be connected into the NHS IT infrastructure.
It will also provide a dedicated portal is available for additional status reporting and other information for patients, care takers and
consultants.
The proposed Innovation Partnership will consist of two distinct phases.
Phase 1 consists of a circa 500 patient trial which will determine the clinical and economical viability of this innovative service.
Following completion of Phase 1 the Authority will either: terminate the agreement; extend into Phase 2 with no change to the agreement;
re-negotiate a number of points with the Innovation Partner and enter into Phase 2.
Any renegotiation of the contract following phase 1 will be in line with Regulation 72 of The Public Contracts (Scotland) Regulations
2015.
Phase 2 will see the widespread adoption of the service across NHS Scotland.
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
It is envisaged that one (1) Innovation Partner will be awarded the contract.
Please note, the contract value given in this Contract Notice is an indicative figure. Given this is a new innovative approach the final value
of the contract could vary substantially.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
This is a six-month extension to the current awarded supplier in order to complete the final number of funded procedures
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: 2018/S 217-496385
Section five. Award of contract/concession
Contract No
NP19519
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
27 September 2024
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Medtronic Limited
Building 9, Croxley Park
Watford
WD18 8WW
Telephone
+44 1923202577
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: £400,000
five.2.5) Information about subcontracting
The contract/lot/concession is likely to be subcontracted
Section six. Complementary information
six.3) Additional information
This is a 6 month extension to the current agreement running until 31st March 2025 where the agreement will then lapse.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=779100.
(SC Ref:779100)
six.4) Procedures for review
six.4.1) Review body
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
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 operators 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 dispatches 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.