Contract notice
Section I: Contracting
authority
I.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
UK
Telephone: +44 1698794410
E-mail: patrick.mulraney@nhs.net
NUTS: UKM
Internet address(es)
Main address: http://www.nhsscotlandprocurement.scot.nhs.uk/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://publictendersscotland.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
NP51820 Hernia Mesh
II.1.2) Main CPV code
33184100
II.1.3) Type of contract
Supplies
II.1.4) Short description
This notice is to advise the market that NHS National Services Scotland intends to undertake a national framework for hernia mesh covering all NHS Scotland Health Boards. All products will be delivered to the National Distribution Centre (NDC) and/or direct to Hospitals across Scotland.
II.1.5) Estimated total value
Value excluding VAT:
3 360 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Flat Mesh <2.5 mm
II.2.2) Additional CPV code(s)
33184100
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
This is for the supply of flat mesh <2.5 mm which is used across acute sites in NHS Scotland. These products are currently supplied to NHS Scotland either via the NDC (National Distribution Centre) and direct to hospitals.
The authority envisages awarding 5 suppliers to this lot.
II.2.5) Award criteria
Criteria below:
Quality criterion: Clinical references
/ Weighting: 30
Quality criterion: Training and support
/ Weighting: 20
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
135 000.00
GBP
II.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:
2 x 12 months extensions available.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Flat Mesh >2.5 mm
II.2.2) Additional CPV code(s)
33184100
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
This is for the supply of flat mesh >2.5 mm which is used across acute sites in NHS Scotland. These products are currently supplied to NHS Scotland either via the NDC (National Distribution Centre) and direct to hospitals.
The authority envisages awarding 5 suppliers to this lot.
II.2.5) Award criteria
Criteria below:
Quality criterion: Clinical references
/ Weighting: 30
Quality criterion: Training and support
/ Weighting: 20
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
185 000.00
GBP
II.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:
2 x 12 months extensions available.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Intrapertioneal Mesh
II.2.2) Additional CPV code(s)
33184100
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
This is for the supply of Intraperitoneal Mesh which is used across acute sites in NHS Scotland. These products are currently supplied to NHS Scotland either via the NDC (National Distribution Centre) and direct to hospitals. The authority envisages awarding 5 suppliers to this lot.
II.2.5) Award criteria
Criteria below:
Quality criterion: Clinical references
/ Weighting: 30
Quality criterion: Training and support
/ Weighting: 20
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
750 000.00
GBP
II.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:
2 x 12 months extensions.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 4
II.2.1) Title
Preformed Mesh (Open)
II.2.2) Additional CPV code(s)
33184100
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
This is for the supply of Preformed Mesh (Open) which is used across acute sites in NHS Scotland. These products are currently supplied to NHS Scotland either via the NDC (National Distribution Centre) and direct to hospitals.
The authority envisages awarding 5 suppliers to this lot.
II.2.5) Award criteria
Criteria below:
Quality criterion: Clinical references
/ Weighting: 30
Quality criterion: Training and support
/ Weighting: 20
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
410 000.00
GBP
II.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:
2 x 12 months extensions available.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 5
II.2.1) Title
Preformed Mesh (Laparoscopic)
II.2.2) Additional CPV code(s)
33184100
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
This is for the supply of Preformed Mesh (Laparoscopic) which is used across acute sites in NHS Scotland. These products are currently supplied to NHS Scotland either via the NDC (National Distribution Centre) and direct to hospitals.
The authority envisages awarding 5 suppliers to this lot.
II.2.5) Award criteria
Criteria below:
Quality criterion: Clinical references
/ Weighting: 30
Quality criterion: Training and support
/ Weighting: 20
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
30 000.00
GBP
II.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:
2 x 12 months extensions available.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 6
II.2.1) Title
Ventral Mesh
II.2.2) Additional CPV code(s)
33184100
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
This is for the supply of Ventral Mesh which will be used across acute sites in NHS Scotland. These products are currently supplied to NHS Scotland either via the NDC (National Distribution Centre) and direct to hospitals.
The authority envisages awarding 5 suppliers to this lot.
II.2.5) Award criteria
Criteria below:
Quality criterion: Clinical references
/ Weighting: 30
Quality criterion: Training and support
/ Weighting: 20
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
300 000.00
GBP
II.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:
2 x 12 months extensions available.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 7
II.2.1) Title
Resorbable Biosynthetic Mesh
II.2.2) Additional CPV code(s)
33184100
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
This is for the supply of resorbable biosynthetic mesh which will be used across acute sites in NHS Scotland. These products are currently supplied to NHS Scotland either via the NDC (National Distribution Centre) and direct to hospitals.
The authority envisages awarding 5 suppliers to this lot.
II.2.5) Award criteria
Criteria below:
Quality criterion: Clinical references
/ Weighting: 30
Quality criterion: Training and support
/ Weighting: 20
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
650 000.00
GBP
II.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:
2 x 12 months extensions available.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 8
II.2.1) Title
Hernia Mesh Fixation Devices (Absorbable)
II.2.2) Additional CPV code(s)
33184100
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
This is for the supply of hernia mesh fixations (absorbable) which are used across acute sites in NHS Scotland. These products are currently supplied to NHS Scotland either via the NDC (National Distribution Centre) and direct to hospitals.
The authority envisages awarding 3 suppliers to this lot.
II.2.5) Award criteria
Criteria below:
Quality criterion: Training and support
/ Weighting: 20
Price
/ Weighting:
80
II.2.6) Estimated value
Value excluding VAT:
700 000.00
GBP
II.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:
2 x 12 months extensions available.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 9
II.2.1) Title
Hernia Mesh Fixation Devices (Non-Absorbable)
II.2.2) Additional CPV code(s)
33184100
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
This is for the supply of hernia mesh fixations (non-absorbable) which are used across acute sites in NHS Scotland. These products are currently supplied to NHS Scotland either via the NDC (National Distribution Centre) and direct to hospitals.
The authority envisages awarding 3 suppliers to this lot.
II.2.5) Award criteria
Criteria below:
Quality criterion: Training and support
/ Weighting: 20
Price
/ Weighting:
80
II.2.6) Estimated value
Value excluding VAT:
410 000.00
GBP
II.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:
2 x 12 months extensions available.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
3 years financial accounts.
Minimum level(s) of standards required:
Potential framework participants must confirm the limits of indemnity per occurrence and aggregate for public liability, and any other
relevant insurances are above the minimum of GBP 2 million for any one incident in any one year. Potential framework participants
Must confirm Employer liability of GBP 5 million.
III.1.3) Technical and professional ability
Minimum level(s) of standards required:
All Lots:
1) All products must be latex free inclusive of packaging;
2) Potential framework participants must confirm all products tendered for contain batch/lot codes with expiry dates in lowest unit
Configuration;
3) Products must be CE marked in accordance with MDD 93/42/EEC;
4) All products must be single use;
5) The prices of all products must be valid for the first two years of the framework;
6) All products tendered for must be sterile;
7) Potentials bidders have a minimum of 1 Whole Time Equivalent (WTE) for the duration of the framework, including the extension periods, covering all NHS Scotland Health Boards;
8) Compliance to ISO13485 or equivalent;
9) Compliance with GS1/Scan for Safety;
10) Where there are any product changes, the authority must be given three months notice;
11) Consignment Stock: Compliance to NHS Scotland Consignment Stock agreement;
12) Confirmation that ancillaries tendered and classed as medical devices will carry the appropriate CE declaration and will be in compliance with the regulatory requirements in the UK as part of transition arrangements from the European to British regulatory legislation when the Brexit transition periods ends 31 December 2020 should be included in the qualification envelope of the ITT under technical and professional ability: quality control.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
N/A
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 41
Justification for any framework agreement duration exceeding 4 years: Due to the invasive nature of this commodity and the required clinical input it was agreed that this framework would be awarded for 4 x 12 months.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
15/12/2020
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
12/01/2021
IV.2.7) Conditions for opening of tenders
Date:
15/12/2020
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The values in Sections II.1.5) and II.2.6) cover the full duration of the framework including any extension options that may be exercised.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17244. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows:
Potential framework participants must provide Community Benefits for health boards who spend a minimum of GBP 75 000 per annum.
These can include, but not limited to:
— support of identified charitable organisations through volunteering, service, equipment and other resource donation;
— allocation of work experience, internship, student places in line with local education strategies;
— support to environmental and rejuvenation projects;
— support of bringing long term unemployed back into the jobs market;
— support and working with third sector and supported businesses within the geographical area.
(SC Ref:602517)
(SC Ref:634269)
VI.4) Procedures for review
VI.4.1) Review body
Sheriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
UK
Telephone: +44 1312252525
E-mail: edinburgh@scotcourts.gov.uk
VI.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 be enentered 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.
VI.5) Date of dispatch of this notice
10/11/2020