Tender

Defibrillators

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

F02: Contract notice

Notice identifier: 2024/S 000-032236

Procurement identifier (OCID): ocds-h6vhtk-04a6ba

Published 8 October 2024, 12:58pm



Section one: Contracting authority

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

Eleanor Cook

Email

eleanor.cook@nhs.scot

Telephone

+44 7979707114

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

Defibrillators

Reference number

NP15524

two.1.2) Main CPV code

  • 33100000 - Medical equipments

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Common Services Agency (more commonly known as National Services

Scotland) (‘the Authority’) acting through its division

National Procurement, is undertaking this procurement of Defibrillators: Automatic External Defibrillators including Public Use and First Responder, Automated External Defibrillators with manual override capability and Defibrillator with manual and AED capabilities - Monitor and Recorder and Consumables including Adult pads, Paediatric pads and CPR electrodes 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 established pursuant to the NHS (Scotland) Act 1978), any integrated

Joint Boards established pursuant to the new Public

Bodies (Joint Working) Scotland Act 2014, together with independent contractors to

NHS Scotland such as dentists, general medical

practitioners, pharmacists, opticians etc. and all other bodies governed by Public Law in Scotland.

two.1.5) Estimated total value

Value excluding VAT: £15,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Automated External Defibrillators including Public Use and First Responder

Lot No

1

two.2.2) Additional CPV code(s)

  • 33100000 - Medical equipments

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 scope of this Lots is the provision of Automated External Defibrillators Including Public Use and First Responder with Accessories, Consumables and Maintenance.

two.2.5) Award criteria

Quality criterion - Name: Product Evaluation / Weighting: 20

Quality criterion - Name: Support and Service / Weighting: 20

Quality criterion - Name: Sustainability / Weighting: 10

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

No

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

Automated External Defibrillators with manual override capability and Defibrillator with manual and AED capabilities – Monitor and Recorder

Lot No

2

two.2.2) Additional CPV code(s)

  • 33100000 - Medical equipments

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 scope of this lot is the provision of Automated External Defibrillators with manual override capability and Defibrillators with manual and AED capabilities – Monitor and Recorder(Including Accessories, Consumables and Maintenance)

two.2.5) Award criteria

Quality criterion - Name: Product Evaluation / Weighting: 20

Quality criterion - Name: Support and Service / Weighting: 20

Quality criterion - Name: Sustainability / Weighting: 10

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

No

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) Description

two.2.1) Title

Consumables

Lot No

3

two.2.2) Additional CPV code(s)

  • 33100000 - Medical equipments

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 scope of this Lot is the provision of Consumables (3rd party pads) including Adult Pads, Paediatric Pads and CPR Electrodes.

two.2.5) Award criteria

Quality criterion - Name: Product Evaluation / Weighting: 20

Quality criterion - Name: Support and Service / Weighting: 20

Quality criterion - Name: Sustainability / Weighting: 10

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

No

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


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 and Financial Standing - yearly turnover

It is a requirement of this contract that bidders hold, or can commit to

obtain prior to the commence of any subsequently awarded contract, the

types and levels of insurance indicated below

Minimum level(s) of standards required:

Minimum level(s) of standards required:

The Bidder should provide its (“general”) yearly turnover for the last 3

years

The Bidder should provide its yearly (“specific”) turnover in the business

area(s) covered by the contract for the last 3 years

Employers (Compulsory) Liability Insurance GBP 5,000,000 minimum

Public Liability Insurance GBP 5,000,000 minimum

Product Liability Insurance GBP 5,000,000 minimum

Please see the full requirement detailed within the ITT

three.1.3) Technical and professional ability

List and brief description of selection criteria

All tendered products must fully comply with the Requirement Documents

included within the tender.

Minimum level(s) of standards required:

- If awarded to the Framework Potential Framework Participants must

provide evidence that tendered products are CE marked, or will have

obtained a CE mark prior to the products being available for purchase,

complying with Medical Device Directive 93/42/EEC. Evidence should be in

form of a certificate of compliance issued by a UKAS (or equivalent)

accredited independent third party.

- If awarded to the Framework Potential Framework Participants must

prove that they hold ISO 13485 certification or equivalent or are in the

process of obtaining certification.

- All tendered pricing must be inclusive of delivery.

- Potential Framework Participants must confirm they are able to meet all mandatory

requirements as detailed within the ITT.


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

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

7 November 2024

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

7 November 2024

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 27688. 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:

Please provide details of any community benefits that will result from your organisation being awarded to the Framework. Examples may include, but are not limited to;

- Provision of Community Access Defibrillators

- Community CPR training

- Working in conjunction with charities

- Use of Social Enterprises

- Generating employment and training opportunities for long-term unemployed people

(SC Ref:777230)

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, 1 South Gyle Crescent

Edinburgh

EH12 9EB

Telephone

+44 1698794410

Country

United Kingdom

Internet address

http://www.nhsscotlandprocurement.scot.nhs.uk/