Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS National Services Scotland
Gyle Square (NSS Head Office), 1 South Gyle Crescent
Edinburgh
EH12 9EB
UK
Contact person: Josh Foggo
Telephone: +44 7855060653
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/
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
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
ITU Haemofiltration
Reference number: NP584/22
II.1.2) Main CPV code
33181520
II.1.3) Type of contract
Supplies
II.1.4) Short description
This Framework Agreement is for the supply of ITU Haemofiltration Machines, Fluids and Consumables to NHS
Scotland.
II.1.5) Estimated total value
Value excluding VAT:
6 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
33181000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Any or all locations of all NHS Scotland Health Boards, all NHS Scotland Special Health Boards and/or the Authority or
other NHS organisation established pursuant to the NHS (Scotland) Act 1978
II.2.4) Description of the procurement
This Framework Agreement is for the supply of ITU Haemofiltration Machines, Fluids and Consumables to NHS
Scotland.
II.2.5) Award criteria
Criteria below:
Quality criterion: Product Quality & Performance
/ Weighting: 30
Quality criterion: Support & Service
/ Weighting: 20
Price
/ Weighting:
50
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:
One (1) optional extension period, consisting of twenty-four (24) months may be utilised by the Authority.
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
List and brief description of selection criteria:
All candidates will be required to provide a statement, covering the 3 previous financial years accounts including turnover as detailed in SPD
Minimum level(s) of standards required:
In order to confirm Potential Framework Participants economic and financial capacity the Authority may request some, or all of the
following:
(1) Appropriate statements from the Potential Framework Participant's bankers or where appropriate, evidence of relevant professional risk
indemnity insurance;
(2) Statements of accounts or extracts from those accounts relating to the business of the Potential Framework Participant where
publication of the statement is required under the law of the relevant State in which the Potential Framework Participant is established; or
(3) Where appropriate, a statement, covering the three previous financial years of the Potential Framework Participant, of –
(a) the overall turnover of the business of the Potential Framework Participant; and
(b) where appropriate, the turnover in respect of the goods or services which are of similar type to the subject matter of this Framework
Agreement
4) Where the Potential Framework Participant is unable for a valid reason to provide the information required, the Authority may accept
such other information provided by the Potential Framework Participant as the Authority considers appropriate.
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
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: 8
Justification for any framework agreement duration exceeding 4 years: Due to the significant capital investment required by NHS ScotlandHealth Boards e.g. Haemofiltration equipment. Potential 72 month framework supports need for Health Boards to achieve sufficientreturn on investment whilst offering the best value. Any decision to exercise the one (1) additional twenty-four (24) month extension options, will be 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:
2022/S 022-191611
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
20/10/2022
Local time: 10:00
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:
20/10/2022
Local time: 10:00
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 21891. 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:
It is a mandatory requirement that potential framework participants agree to support the concept, provision and ongoing development of
community benefits provision in relation to this framework.
Potential framework participants are required to agree to this mandatory requirement. They are also requested to provide a brief summary
of the community benefits that have recently been delivered within NHS Scotland, if at all, and also what impact and outcomes these have
achieved.
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:701542)
VI.4) Procedures for review
VI.4.1) Review body
Sherriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
UK
Telephone: +44 131225252
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
08/09/2022