Opportunity

Supply and Delivery of Continence Products

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

F02: Contract notice

Notice reference: 2022/S 000-033385

Published 24 November 2022, 2:43pm



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

Contact

Paul Dishington

Email

paul.dishington@nhs.scot

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

Supply and Delivery of Continence Products

Reference number

NP57122

two.1.2) Main CPV code

  • 33141621 - Incontinence kit

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Framework Participant must be able to provide a Total Continence Containment Product Home Delivery service that will cover (but not limited to) the following. The supply of Continence Pads and Garments together with distribution NHS Scotland National Distribution centre, to patients in a homecare environment within Scotland in either their own home or in a Nursing / Residential Care Home setting. Delivery requirements are based on prescription data received via the Community Continence Nursing Service within each Participating Authority.

The delivery cycles will be managed by the Framework Participant based on patient prescription data. The supplier will provide an interface system that will maintain a full and complete record of all patient requirements and monitor/control the product issue and delivery procedures.

The supplier system is to be accessible to Participating Authority staff (after Authorisation from Participating Authority Service Manager) and enable the viewing of patient profiles, prescription and delivery history.

We envisage awarding 3 (three) suppliers to each lot.

two.1.5) Estimated total value

Value excluding VAT: £84,000,000

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

Continence Products

Lot No

1

two.2.2) Additional CPV code(s)

  • 33141621 - Incontinence kit

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The Framework Participant must be able to provide a Total Continence Containment Product Home Delivery service that will cover (but not limited to) the following. The supply of Continence Pads and Garments together with distribution NHS Scotland National Distribution centre, to patients in a homecare environment within Scotland in either their own home or in a Nursing/Residential Care Home setting.

Delivery requirements are based on prescription data received via the Community Continence Nursing Service within each Participating Authority.

The delivery cycles will be managed by the Framework Participant based on patient prescription data. The supplier will provide an interface system that will maintain a full and complete record of all patient requirements and monitor/control the product issue and delivery procedures. The supplier system is to be accessible to Participating Authority staff (after Authorisation from Participating Authority Service Manager) and enable the viewing of patient profiles, prescription and delivery history.

For Lot 2, any awarded suppliers products will be purchased by the 1st ranked supplier in Lot 1, to ensure continuity of supply and to prevent Health Boards ordering product from more than 1 source.

We envisage awarding 3 (three) suppliers to this lot.

two.2.5) Award criteria

Quality criterion - Name: Sustainability / Weighting: 10

Quality criterion - Name: Training &Support / Weighting: 40

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £84,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

2 optional extension periods 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

two.2) Description

two.2.1) Title

Washable Garments

Lot No

2

two.2.2) Additional CPV code(s)

  • 85142400 - Home delivery of incontinence products

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The Framework Participant must be able to provide a range of supply of Washables Products together with distribution to the 1st Ranked Supplier in Lot One (1) with onward supply to NHS Scotland National Distribution centre, to patients in a homecare environment within Scotland in either their own home or in a Nursing/Residential Care Home setting.

For Lot 2, any awarded suppliers products will be purchased by the 1st ranked supplier in Lot 1, to ensure continuity of supply and to prevent Health Boards ordering product from more than 1 source.

We envisage awarding 3 (three) suppliers to this lot.

two.2.5) Award criteria

Quality criterion - Name: Sustainability / Weighting: 10

Quality criterion - Name: Training & Support / Weighting: 40

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £1,200,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

2 optional extension periods 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

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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: 6

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Due to the clinical requirement and needs of the Health boards that is required for a supplier to implement, then it has been agreed by all parties to award this for 5 years plus 2 x 12 months extensions.

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

31 January 2023

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

Tender must be valid until: 31 March 2023

four.2.7) Conditions for opening of tenders

Date

31 January 2023

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 Common Services Agency (more commonly known as National Services Scotland) (‘the Authority’) acting through its division National Procurement, is undertaking this procurement of Supply and Delivery of Continence Products (‘Products’) 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’), where applicable, i.e. Scottish Hospices, Northern Irelands trusts etc..

The estimated values referred to in Section II.I.5 and II.2.6 covers the 60 months contract duration and the 24 month's extension period of the framework agreement.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22773. 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. They

are also requested to provide a brief summary of the community benefits that have recently

been delivered within Scotland, if at all, and also what impact and outcomes these have

achieved.

Potential framework participants are required to summarise any proposed community benefits that will be developed and delivered as part of this contract if successful or, alternatively, potential framework participants confirm that they will engage with the NHS Scotland’s Community Benefits Gateway (CBG). This gateway, developed through requests from suppliers seeking opportunities to support the delivery of community benefits within the contracting region, provides information on community benefit opportunities.

The CBG is a free and easy to use online service that connects NHS Scotland suppliers with third sector

community organisations within Scotland and will be used for tracking and reporting and is

an approved compliant route to the realisation of community benefits.

For further information please visit NHSS Community Benefit Gateway.

(SC Ref:712309)

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.4.3) 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 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.