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
Matt Thomas
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.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.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
Orthotic Consumables
Reference number
NP68725
two.1.2) Main CPV code
- 33140000 - Medical consumables
two.1.3) Type of contract
Supplies
two.1.4) Short description
Orthotic support products to be used in bed to reduce pressure. Body support products to provide support out of bed.
two.1.5) Estimated total value
Value excluding VAT: £1,600,000
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
Non-Ambulatory
Lot No
1
two.2.2) Additional CPV code(s)
- 33141700 - Orthopaedic supplies
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Supply of bed mounted inflated pressure redistribution products.
Must be manufactured from a cleanable material.
We envisage awarding to 3 suppliers in this lot as a multi supplier unranked award.
two.2.5) Award criteria
Quality criterion - Name: Sustainability: net zero climate targeting / Weighting: 10
Quality criterion - Name: Quality / Weighting: 20
Price - Weighting: 70
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: Yes
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
Full Ambulatory
Lot No
2
two.2.2) Additional CPV code(s)
- 18832000 - Special footwear
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Supply of special footwear which will remove pressure from the heal when walking and aid stability of the user.
The Authority envisage awarding 3 suppliers to this lot as a Multi Supplier Unranked award.
two.2.5) Award criteria
Quality criterion - Name: Sustainability: net zero climate targeting / Weighting: 10
Quality criterion - Name: Quality / Weighting: 20
Price - Weighting: 70
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: Yes
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
Gripper Socks
Lot No
3
two.2.2) Additional CPV code(s)
- 18317000 - Socks
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
specialist socks to help patients maintain their footing who are classed as being as rick of falling. To be provided with grips on both sides.
The Authority envisage awarding 3 supplier to this lot as a Multi Supplier Ranked award.
two.2.5) Award criteria
Quality criterion - Name: Sustainability: net zero climate targeting / Weighting: 10
Quality criterion - Name: Quality / Weighting: 20
Price - Weighting: 70
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: Yes
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
Walker Footwear
Lot No
4
two.2.2) Additional CPV code(s)
- 33141740 - Orthopaedic footwear
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
footwear which can provide a degree of immobilisation and support following soft tissue injuries, are also suitable for some fractures.
The Authority envisage awarding 3 supplier to this lot as a Multi Supplier Unranked award.
two.2.5) Award criteria
Quality criterion - Name: Sustainability: net zero climate targeting / Weighting: 10
Quality criterion - Name: Quality / Weighting: 20
Price - Weighting: 70
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: Yes
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
Knee Braces
Lot No
5
two.2.2) Additional CPV code(s)
- 33141700 - Orthopaedic supplies
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Knee Braces
To provide a support of the knee for arthritis, sprains and instability of the knee.
The Authority envisage awarding 3 supplier to this lot as a Multi Supplier Unranked Award.
two.2.5) Award criteria
Quality criterion - Name: Sustainability: net zero climate targeting / Weighting: 10
Quality criterion - Name: Quality / Weighting: 20
Price - Weighting: 70
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: Yes
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
Upper Body & Arm Supports
Lot No
6
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 33141760 - Splints
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
to include but not limited to. Upper Body & Arm Supports, Tennis Elbow Support and Cervical Collar.
The Authority envisage awarding 3 suppliers in this lot as a Multi Supplier Unranked award.
two.2.5) Award criteria
Quality criterion - Name: Sustainability: net zero climate targeting / Weighting: 10
Quality criterion - Name: Quality / Weighting: 20
Price - Weighting: 70
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: Yes
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Selection criteria as stated in the procurement documents.
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
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: 18
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 000-028512
four.2.2) Time limit for receipt of tenders or requests to participate
Date
1 December 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
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
1 December 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 Common Services Agency (more commonly known as National Services Scotland) (‘the Authority’) acting through its division National Procurement, is undertaking this procurement of Orthotic Consumables (‘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 Join Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014 (collectively hereafter referred to as ‘Participating Authorities’), where applicable and Scottish Hospices.
The estimated values referred to in Section II.1.5 and 11.2.6 covers the 48 months contract duration as there are no extension options.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30415. 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:
XXXXXXXXXXXXXXXXXXXXXXXXXXXXX
(SC Ref:813581)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
27 Chambers Street
Edinburgh
EH11LB
Country
United Kingdom
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 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.