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 77855060653
E-mail: Josh.Foggo@nhs.scot
NUTS: UKM
Internet address(es)
Main address: http://www.nss.nhs.scot/browse/procurement-and-logistics
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://www.publictendersscotland.publiccontractsscotland.gov.uk/
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Flexible Video, Capsule & Rigid Endoscopy Equipment Including Accessories, Maintenance and Repair
Reference number: NP147/23
II.1.2) Main CPV code
33168000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The supply, delivery, commissioning of Flexible endoscopes, Endoscopic video camera systems, Rigid endoscopes, Capsule endoscopy, associated accessories, maintenance and repair to 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).
Including but not limited to: Arthroscopes,
Colonoscopes, Bronchoscopes, Gastroscopes, Duodenoscope, Naso-Pharyngo-Laryngoscope, Uretero-reno Fiberscopes, Choledocho-Nephroscope, Confocal Endomicroscopy, Cholangioscopes, Hysteroscope, Choledochoscope, Sigmoidoscopes,
Cystoscopes, ENT Scopes, Oesophageoscopes, Laparoscopes, Laryngoscopes, Resectoscopes, Arthroscopes, Flexible fibre scopes, Sheaths and Obturators. Rigid Endoscopy Light Cables.
Endoscopic video camera systems for use in General Surgery, ENT, Urology, Orthopaedics and Gynaecology. The systems will incorporate camera units, camera heads, DVD capture equipment,light sources, monitors, video printers etc.
II.1.5) Estimated total value
Value excluding VAT:
120 000 000.00
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
Flexible Video Endoscopy Equipment
II.2.2) Additional CPV code(s)
33168100
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Any or all locations of all NHS Scotland.
II.2.4) Description of the procurement
Products included within the scope of Lot 1 are Flexible video endoscopes and Electro medical systems. Full details of product ranges and requirements are detailed within tender documents.
II.2.5) Award criteria
Criteria below:
Quality criterion: Product Quality & Performance
/ Weighting: 20
Quality criterion: Support & Service
/ Weighting: 20
Price
/ Weighting:
60
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:
1 x 24 Months Extension Options
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
Lot No: 2
II.2.1) Title
Capsule Endoscopy
II.2.2) Additional CPV code(s)
33168000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Any or all locations of all NHS Scotland.
II.2.4) Description of the procurement
Products included within the scope of Lot 2 are Endoscopy capsules and Endoscopy capsule systems. Full details of product ranges and requirements can be found in the pricing schedule.
II.2.5) Award criteria
Criteria below:
Quality criterion: Product Quality & Performance
/ Weighting: 20
Quality criterion: Support & Service
/ Weighting: 20
Price
/ Weighting:
60
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:
1 x 24 Months Extension Options
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
Lot No: 3
II.2.1) Title
Rigid Telescopes
II.2.2) Additional CPV code(s)
33168000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Any or all locations of all NHS Scotland.
II.2.4) Description of the procurement
Products included within the scope of Lot 3 are Rigid Telescopes and Endoscopic Video Camera Systems. Full details of product ranges and requirements can be found in the pricing schedule.
II.2.5) Award criteria
Criteria below:
Quality criterion: Product Quality & Performance
/ Weighting: 20
Quality criterion: Support & Service
/ Weighting: 20
Price
/ Weighting:
60
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:
1 x 24 Months Extension Options
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
Lot No: 4
II.2.1) Title
Arthroscopes
II.2.2) Additional CPV code(s)
33168000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Any or all locations of all NHS Scotland.
II.2.4) Description of the procurement
Products included within the scope of Lot 4 are for Arthroscopes. Full details of product ranges and requirements can be found in the pricing schedule.
II.2.5) Award criteria
Criteria below:
Quality criterion: Product Quality & Performance
/ Weighting: 20
Quality criterion: Support & Service
/ Weighting: 20
Price
/ Weighting:
60
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:
1 x 24 Months Extension Options
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
Lot No: 5
II.2.1) Title
Electro Medical Systems
II.2.2) Additional CPV code(s)
33168000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Any or all locations of all NHS Scotland.
II.2.4) Description of the procurement
Products included within the scope of Lot 5 are for Electro Medical Systems. Full details of product ranges and requirements can be found in the pricing schedule.
II.2.5) Award criteria
Criteria below:
Quality criterion: Product Quality & Performance
/ Weighting: 20
Quality criterion: Support & Service
/ Weighting: 20
Price
/ Weighting:
60
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:
1 x 24 Months Extension Options
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
Lot No: 6
II.2.1) Title
Maintenance & Repair
II.2.2) Additional CPV code(s)
33168000
50421000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Any or all locations of all NHS Scotland.
II.2.4) Description of the procurement
Products included within the scope of Lot 6 is for Maintenance & Repair on all Flexible, Capsule & Rigid Endoscopy including Electro Medical Endoscopic Video Camera Systems. Full details of product ranges and requirements can be found in the pricing schedule.
II.2.5) Award criteria
Criteria below:
Quality criterion: Product Quality & Performance
/ Weighting: 20
Quality criterion: Support & Service
/ Weighting: 20
Price
/ Weighting:
60
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:
1 x 24 Months Extension Options
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Economic operators may be excluded from this competition if they are in breach of any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015
III.1.2) Economic and financial standing
Minimum level(s) of standards required:
Employers (Compulsory) Liability Insurance GBP 5,000,000 minimum
Public Liability Insurance GBP 5,000,000 minimum
Professional Indemnity Insurance GBP 5,000,000 minimum
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Please refer to ITT
Minimum level(s) of standards required:
Mandatory requirements are detailed within tender documents (Technical Envelope)
III.2) Conditions related to the contract
III.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 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: 15
Justification for any framework agreement duration exceeding 4 years: Due to the significant capital investment required by NHS ScotlandHealth Boards e.g. Endoscopy equipment. Potential 72 month framework supports need for Health Boards to achieve sufficient returnon investment whilst offering the best value. Any decision to exercise the one (1) additional twenty-four (24) month extension options, willbe determined during the 4th year of the framework.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-005348
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
03/11/2023
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
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
03/11/2023
Local time: 12:00
Place:
1 South Gyle Crescent, Gyle Square, Edinburgh, EH12 9EB
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
SPD 4C.4
If bidders intend to use a supply chain to deliver the requirements detailed in II.2.4 in the Find a Tender Service, Contract Notice or
relevant section of the Site Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking
systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay
subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:
a) their standard payment terms
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year
If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment
performance
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23538. 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:
Potential framework participants are required to summarise any proposed community benefits that will be developed and delivered as part
of this contract is successful, or, alternatively potential framework participants confirm they will engage with the NHS Scotland’s
Community Benefit Gateway( CBG ). This gateway, developed through requests from suppliers seeking opportunities to support the
delivery of community benefits within the contracting region, provides information on community benefit opportunities. The CBG is a free
and easy to use online service that connects NHS Scotland suppliers with third sector community organisations within Scotland and will be
used for tracking and reporting and is approved compliant route to the realisation of community benefits.
For further information please visit -
https://www.nss,nhs,scot/procurement-and-logistics/sustainability/access-our-community-benefit-gateway/
(SC Ref:741652)
VI.4) Procedures for review
VI.4.1) Review body
Sherriff 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 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.
VI.5) Date of dispatch of this notice
29/09/2023