- Scope of the procurement
- Lot 1. 1 level Spinal Fusion – ceiling price applies
- Lot 2. Spinal Fusion and/or Corpectomy including multi-level rods, cages etc.
- Lot 3. Discectomy, Laminectomy & spinal decompression without fusion.
- Lot 4. Spinal deformity in children/adolescents/adults, Scoliosis
- Lot 5. Vertebroplasty. Kyphoplasty
- Lot 6. Navigation and Intra-operative Imaging Equipment
- Lot 7. Bone Graft & Biomaterials
- Lot 8. Other Spinal & Scoliosis items not covered by previous lots (Unscored)
- Combination Lot – Spinal & Scoliosis Lot Combinations (Unscored)
- Enhanced Service & Innovation Lot (Unscored)
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 Dickson
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.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
Purchase of Orthopaedic Spinal & Scoliosis Implants & Consumables
Reference number
NP68726
two.1.2) Main CPV code
- 33183100 - Orthopaedic implants
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 delivery of Orthopaedic Spinal and Scoliosis Implants, Equipment and Consumables 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 of 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: £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
1 level Spinal Fusion – ceiling price applies
Lot No
1
two.2.2) Additional CPV code(s)
- 33183100 - Orthopaedic implants
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
We require all implants and consumables for use in NHSS 1 level Spinal Fusion invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.
Lot 1 should include only those products relevant to a 1 level spinal fusion i.e. spinal rods and appropriate locking & non locking screw(s), the combined value of which should not exceed GBP 1,470
two.2.5) Award criteria
Quality criterion - Name: Sustainability / Weighting: 10
Quality criterion - Name: Service & Support / Weighting: 40
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
Spinal Fusion and/or Corpectomy including multi-level rods, cages etc.
Lot No
2
two.2.2) Additional CPV code(s)
- 33183100 - Orthopaedic implants
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
We require all implants and consumables for use in NHSS Spinal Fusion and/or Corpectomy including multi-level rods, cages etc. for invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.
Lot 2 should include only those products relevant to Spinal Fusion and/or Corpectomy including multi-level rods, cages etc.
two.2.5) Award criteria
Quality criterion - Name: Sustainability / Weighting: 10
Quality criterion - Name: Service & Support / Weighting: 40
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
Discectomy, Laminectomy & spinal decompression without fusion.
Lot No
3
two.2.2) Additional CPV code(s)
- 33183100 - Orthopaedic implants
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
We require all implants and consumables for use in NHSS Discectomy, Laminectomy & spinal decompression without fusion, invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.
Lot 3 should include only those products relevant to Discectomy, Laminectomy & spinal decompression without fusion Procedures
two.2.5) Award criteria
Quality criterion - Name: Sustainability / Weighting: 10
Quality criterion - Name: Service & Support / Weighting: 40
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
Spinal deformity in children/adolescents/adults, Scoliosis
Lot No
4
two.2.2) Additional CPV code(s)
- 33183100 - Orthopaedic implants
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
We require all implants and consumables for use in NHSS Spinal deformity in children/adolescents/adults, Scoliosis invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.
Lot 4 should include only those products relevant to a pinal deformity in children/adolescents/adults, Scoliosis procedure(s)
two.2.5) Award criteria
Quality criterion - Name: Sustainability / Weighting: 10
Quality criterion - Name: Service & Support / Weighting: 40
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
Vertebroplasty. Kyphoplasty
Lot No
5
two.2.2) Additional CPV code(s)
- 33183100 - Orthopaedic implants
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
We require all implants and consumables for use in NHSS Vertebroplasty. Kyphoplasty invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.
Lot 5 should include only those products relevant to a Vertebroplasty. Kyphoplasty Procedure
two.2.5) Award criteria
Quality criterion - Name: Sustainability / Weighting: 10
Quality criterion - Name: Service & Support / Weighting: 40
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
Navigation and Intra-operative Imaging Equipment
Lot No
6
two.2.2) Additional CPV code(s)
- 33183100 - Orthopaedic implants
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
We require all Navigation and Intra-operative Imaging Equipment specifically for use in NHSS Spinal &/or Scoliosis surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.
Lot 6 should include only those products relevant to Navigation and Intra-operative Imaging Equipment for use in Spinal &/or Scoliosis surgical Procedures
two.2.5) Award criteria
Quality criterion - Name: Sustainability / Weighting: 10
Quality criterion - Name: Service & Support / Weighting: 40
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
Bone Graft & Biomaterials
Lot No
7
two.2.2) Additional CPV code(s)
- 33183100 - Orthopaedic implants
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
We require bone graft and biomaterials specifically for use in NHSS Spinal & Scoliosis surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.
Lot 7 should include any bone graft &/or Biomaterial products which are of use in Spinal and/or Scoliosis procedures.
two.2.5) Award criteria
Quality criterion - Name: Sustainability / Weighting: 10
Quality criterion - Name: Service & Support / Weighting: 40
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
Other Spinal & Scoliosis items not covered by previous lots (Unscored)
Lot No
8
two.2.2) Additional CPV code(s)
- 33183100 - Orthopaedic implants
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Bidders are requested to submit details of any items they offer, which are suitable for use in Spinal & Scoliosis acute procedures but, by their description, cannot be submitted in any of the lots 1-7. Key deliverables will be decided on a case by case basis.
For absolute clarity, no item included here should be present in your bid for any other Lot, and priority should be given to inclusion in defined lots where possible. Bidders to this lot MUST have included bids to one or more of the Scored lots 1-7 on this tender to qualify.
PLEASE NOTE: This is an Unscored Lot. Boards will use the information provided here by all awarded suppliers to assess their local clinical requirements. "
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
Combination Lot – Spinal & Scoliosis Lot Combinations (Unscored)
Lot No
9
two.2.2) Additional CPV code(s)
- 33183100 - Orthopaedic implants
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
We require Orthopaedic Spinal & Scoliosis Implants, Consumables & Equipment for use in NHSS Spinal & Scoliosis invasive surgical procedures. These will be used in an acute setting across NHSS by suitably trained personnel.
Bidders are requested to submit bids for combinations of volume commitments of Spinal & Scoliosis products, as previously tendered in Lots 1-8, detailing additional discounts in return for combined volume commitments from the Health Boards, or from a collaboration of Health Boards.
Bidders are invited to put forward your suggestions for bandings and percentage discount from Non Commitment Contract Price.
Bidders may submit any number of combinations up to 100% of all Spinal & Scoliosis Market Share for 1 health board, and/or All of Scotland. (Current spend circa GBP 3Mpa)
PLEASE NOTE: This is an Unscored Lot. Boards will use the information provided here by all awarded suppliers to assess their local clinical requirements and decide who to commit to. This Lot is intended to reduce the need for mini competitions.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
Enhanced Service & Innovation Lot (Unscored)
Lot No
10
two.2.2) Additional CPV code(s)
- 33183100 - Orthopaedic implants
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Bidders are requested to submit details of any Enhanced Service they offer. Key deliverables will be decided on a case by case basis but may include, but not be limited to, such evidenced criteria as:
- Reduced Waiting Times
- Streamlined Patient Pathway
- Reduced Hospital Bed Days
- Reduced Readmission Rate
- Lower Costs
- Enhanced Data Quality & Reporting
- Enhanced Inventory Management
-Navigation Innovations
Bidders should submit details of any service offered, including unique selling points, for consideration, in 5,000 words or less. Responses should include relevant case studies, successes and details of how purchase of these services, in addition to commitment volumes on Lots 1-9 inclusive, will positively impact commitment volume prices for Health boards.
PLEASE NOTE: This is an Unscored Lot. Boards will use the information provided here by all awarded suppliers to assess their local clinical requirements. This Lot is intended to reduce the need for mini competitions.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
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
(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
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: 15
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
20 November 2025
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: 2 July 2026
four.2.7) Conditions for opening of tenders
Date
20 November 2025
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 30157. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
The contractor shall ensure that all contracts with sub-contractors and suppliers which the Contractor intends to procure following the
Commencement Date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular
Sub-contractor or supplier, are advertised through the Public Contracts Scotland procurement portal (www.publiccontractsscotland.gov.uk)
and awarded a fair, open transparent and competitive process proportionate to the nature and value of the contract.
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:
Employability / targeted recruitment & training
Supply chain initiatives
Workshops / Mentoring
Third sector engagement
Community consultation / engagement / events
Educational initiatives
(SC Ref:804743)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
27 Chambers Street,
Edinburgh
EH1 1LB
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Sheriff Court House
27 Chambers Street,
Edinburgh
EH1 1LB
Country
United Kingdom
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 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 despatches 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.
six.4.4) Service from which information about the review procedure may be obtained
Sheriff Court House
27 Chambers Street,
Edinburgh
EH1 1LB
Country
United Kingdom