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 7890966321
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
Single Use Podiatry Instruments
Reference number
NP17723
two.1.2) Main CPV code
- 33140000 - Medical consumables
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 Procurement, Commissioning and Facilities is undertaking this procurement of supply and of Single Use Podiatry Instruments 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 (collectively hereafter referred to as ‘Participating Authorities’).
two.1.5) Estimated total value
Value excluding VAT: £1,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Supply and delivery of Sterile, Single Use, Single wrapped podiatry Instruments, including but not limited 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 organisation established pursuant to the NHS (Scotland) Act 1978) and any Integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014). Supply and delivery too all charities, hospices or similar organisations providing care to NHS Scotland patients under contract to any NHS body.
Full details available in ITT Documents.
Lot 1 - Sterile, Single Use, single wrapped podiatry Instruments. Unranked Multi Supplier Framework.
two.2.5) Award criteria
Quality criterion - Name: Product Quality / Weighting: 45
Quality criterion - Name: Sustainability and ethical supply chain / Weighting: 5
Price - Weighting: 50%
two.2.6) Estimated value
Value excluding VAT: £1,500,000
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 optional extension period both consisting of 12 months can be utilised by 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.1.2) Economic and financial standing
List and brief description of selection criteria
Minimum level(s) of standards required:
(1)All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the
candidate in respect of the activities which are similar type to the subject matter of the notice.
(2)All candidates will be required to provide statement of accounts or extracts relating to their business. See contract/tender documentation
which incorporates the requirements of the ESPD(Scotland)and the financial period of reporting is the previous 3 financial years.
Minimum level(s) of standards possibly required
Employers (Compulsory) Liability Insurance GBP 5,000,000 minimum
Public Liability Insurance GBP 5,000,000 minimum
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
Confirm all products are CE/UKCA/CE UKNI marked as a Medical device as per Medical device directive 93/42/EEC (to be superseded by UKCA Regulation).
Confirm you, the tendering organisation, hold ISO 13485 or equivalent
All companies within the supply chain are either approved to ISO9001 or ISO 13485 or equivalent or are working to policies which can be aligned with these standards and are committed to achieving these certificates.
Confirm you, the tendering organisation, hold ISO 14001 or equivalent or have policies in place to address environmental management and are working towards certification.
Confirm that all products tendered are compliant to GS1 for the duration of the framework
Confirm that all products tendered are Latex Free (Inclusive of Packaging)
Confirm that all products shall be quoted inclusive of delivery, and duty, where applicable.
Confirm all products are supplied sterile and individually wrapped.(Except emery boards)
A range of products, as detailed in attached Pricing schedule will be evaluated by Clinical members of the Commodity Advisory Panel against the requirements detailed in the Price Schedule and within the product evaluation templates. Please confirm you will submit free of charge samples of products tendered for evaluation as detailed in the price schedule.
Potential Framework Participants must confirm they are able to meet all mandatory requirements as detailed within the ITT in particular please see NP17723 Scoring Methodology document for full details.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please see details contained within the ITT in the attachment titled NP17723 Scoring Methodology
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: 10
four.1.6) Information about electronic auction
An electronic auction will be used
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
22 December 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
Duration in months: 10 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
22 December 2022
Local time
12:00pm
Place
Canderside,
2 Swinhill Avenue
Larkhall
ML9 2QX
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 values in Section II.1.5, reflects the full duration of the framework including any extension options.
A summary of the expected community benefits has been provided as follows:
-'Community Benefits' in this context are contractual requirements which deliver a wider social benefit in addition to the core purpose of the contract. Examples of Community Benefits
- Community activity – investment in buildings, resources, facilities, (new or repair), human resources
- Supporting education, learning, schools – school visits, presentations, providing resources, factory / site visits, education, training and learning
- Employment – supporting via apprentices, employing unemployed, training, skills development, supporting return to work
- Economic – support SMEs, 3rd sector / supported business indirectly, directly or via sub-contracting
- In particular, requirements which the authority is particularly interested in for this framework relate to targeted training and recruitment. The Authority is interested in opportunities for the long term unemployed, those not in education, employment or training employment, addressing barriers to employment and personal development through vocational qualifications.
- National Services Scotland and Public Health Scotland have launched NHS Scotland’s Community Benefits Gateway.
Access the portal: https://nhsnss.service-now.com/community_benefit Find out more: Access our Community Benefit Gateway | National Services Scotland (nhs.scot)
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22845. 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
(SC Ref:713445)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom
Internet address
http://www.nhsscotlandprocurement.scot.nhs.uk/
six.4.2) Body responsible for mediation procedures
Sheriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
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 process 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 as to why the economic operator was unsuccessful. The notification will incorporate a ‘standstill period’ of a minimum of 10(ten) clear calendar days (or a minimum of 15(fifteen)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 amend 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 maybe awarded by the courts where the Framework Agreement has been entered into are limited to the award of damages.