Tender

ECG Electrodes

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

F02: Contract notice

Notice identifier: 2025/S 000-036851

Procurement identifier (OCID): ocds-h6vhtk-04ef80

Published 2 July 2025, 3:01pm



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

Email

daniel.holmes2@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

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

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

ECG Electrodes

Reference number

NP621/25

two.1.2) Main CPV code

  • 31711140 - Electrodes

two.1.3) Type of contract

Supplies

two.1.4) Short description

The provision of ECG Electrodes including Adult Holter, Short and Long term monitoring, MRI and Radiolucent, resting 12-lead and stress. Neonatal Pre-wired and radiolucent and Paediatrics Monitoring and 4mm slot connection

two.1.5) Estimated total value

Value excluding VAT: £1,000,000

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

Adult ECG Electrodes

Lot No

1

two.2.2) Additional CPV code(s)

  • 31711140 - Electrodes

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Adult ECG electrodes including Holter, Short and long term monitoring, MRI and Radiolucent, resting 12-lead and stress

two.2.5) Award criteria

Quality criterion - Name: Product Evaluation / Weighting: 15

Quality criterion - Name: Service & Support / Weighting: 15

Quality criterion - Name: Sustainability / Weighting: 10

Cost criterion - Name: Price / Weighting: 60

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 option to extend

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

Paediatric and Neonatal ECG Electrodes

Lot No

2

two.2.2) Additional CPV code(s)

  • 31711140 - Electrodes

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Paediatric electrodes including Monitoring and 4mm slot connection. Neonatal electrodes including pre-wired and radiolucent.

two.2.5) Award criteria

Quality criterion - Name: Product Evaluation / Weighting: 15

Quality criterion - Name: Service & Support / Weighting: 15

Quality criterion - Name: Sustainability / Weighting: 10

Cost criterion - Name: Price / Weighting: 60

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 months extension available

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

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 possibly 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

Professional Indemnity Insurance GBP 2,000,000 minimum

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

All tendered products must fully comply with the Requirement Documents included within the tender.

- 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

Envisaged maximum number of participants to the framework agreement: 8

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

We envisage awarding up to 5 suppliers to each ranked lot. Due to suppliers being potentially awarded to both lots we envisage a total of 8 suppliers on the framework

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: 2025/S 000-010319

four.2.2) Time limit for receipt of tenders or requests to participate

Date

1 August 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

1 August 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Contract Award Notice December 2025.

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 Breathing circuits, patient interfaces and associated consumables (‘Products’

'services') as outlined further below 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

Partnership (collectively hereafter referred to as ‘Participating Authorities’).

NOTE: The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not

already registered, registration will be required.

To access PCS-Tender, record your interest in this notice and access the tender documentation please visit

https://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code 29415 under ITTs Open to All Suppliers.

Please use the Search/Filter function, then select Project Code from the dropdown. Please note that once you

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29415. 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:

All awarded suppliers must sign up to Community Benefit Gateway and express interest. Within the ITT is a specific mandatory question requesting suppliers to sign up and actively engage with the CBG.

(SC Ref:803129)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom