Tender

Purchase of Orthopaedic Spinal & Scoliosis Implants & Consumables

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

F02: Contract notice

Notice identifier: 2025/S 000-063710

Procurement identifier (OCID): ocds-h6vhtk-05ab96

Published 9 October 2025, 1:14pm



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

Email

eleanor.dickson@nhs.scot

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

Internet address

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