Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Tracheostomy Tubes and Accessories

  • First published: 19 September 2023
  • Last modified: 19 September 2023
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04017d
Published by:
NHS National Services Scotland
Authority ID:
AA81387
Publication date:
19 September 2023
Deadline date:
25 October 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Supply and delivery of Adult Tracheostomy Tubes, including but not limited to, Cuffed, Un-Cuffed, Silicone, PVC, etc. 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 or other NHS organisation established pursuant to the NHS (Scotland) Act 1978) and any Integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014). Full details available in ITT Documents. Lot 1 - Adult Tracheostomy Tubes - Un-Ranked Multi Supplier Framework. The Authority envisages that up to four (4) Potential Framework Participants will be awarded to the Lot (subject to submission of admissible Tenders as determined in accordance with the provisions of this ITT).

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS National Services Scotland

Swinhill Avenue

Larkhall

ML9 2QX

UK

Contact person: Steve Graham

Telephone: +44 1698794407

E-mail: steve.graham@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:

http://publictendersscotland.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

http://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

Tracheostomy Tubes and Accessories

Reference number: NP189/23

II.1.2) Main CPV code

33140000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The supply and delivery of Tracheostomy Tubes and Accessories 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 or other NHS organisation established

pursuant to the NHS (Scotland) Act 1978)and any Integrated Joint Boards established pursuant to the new Public Bodies (Joint Working)

Scotland Act 2014.

Tenders may be submitted for one or more lots

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

Adult Tracheostomy Tubes

II.2.2) Additional CPV code(s)

33140000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Supply and delivery of Adult Tracheostomy Tubes, including but not limited to, Cuffed, Un-Cuffed, Silicone, PVC, etc. 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 or other NHS organisation established pursuant to the NHS (Scotland) Act 1978) and any Integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014). Full details available in ITT Documents. Lot 1 - Adult Tracheostomy Tubes - Un-Ranked Multi Supplier Framework. The Authority envisages that up to four (4) Potential Framework Participants will be awarded to the Lot (subject to submission of admissible Tenders as determined in accordance with the provisions of this ITT).

II.2.5) Award criteria

Criteria below:

Quality criterion: Product clinical, functional, performance evaluation / Weighting: 50%

Cost criterion: Cost / 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: No

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

II.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the public

contracts (Scotland) Regulations 2015.

Lot No: 2

II.2.1) Title

Tracheostomy Accessories

II.2.2) Additional CPV code(s)

33140000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

The supply and delivery of Tracheostomy Accessories including but not limited to Tracheostomy HME's, Speaking Valves, Tube Holders,

Dressings, Protectors and Cleaning Swabs 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 or other NHS organisation established pursuant to the NHS

(Scotland) Act 1978) and any Integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014 ).

Full details available in ITT documents.

Lot 2 - Tracheostomy Accessories - Un-Ranked Multi Supplier Framework. The Authority envisages that up to four (4) Potential Framework

Participants will be awarded to the Lot (subject to submission of admissible Tenders as determined in accordance with the provisions of

this ITT).

II.2.5) Award criteria

Criteria below:

Quality criterion: Product clinical, functional and performance evaluation / Weighting: 50%

Cost criterion: Cost / 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: No

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

II.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the public

contracts (Scotland) Regulations 2015.

Lot No: 3

II.2.1) Title

Neonatal and Paediatric Tracheostomy Tubes

II.2.2) Additional CPV code(s)

33140000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Supply and delivery of Neonatal and Paediatric Tracheostomy Tubes, including but not limited to, Cuffed, Un-Cuffed, Silicone, PVC, etc. 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 or other NHS organisation established pursuant to the NHS (Scotland) Act 1978) and any Integrated Joint Boards established

pursuant to the new Public Bodies (Joint Working) Scotland Act 2014). Full details available in ITT Documents.

Lot 3 - Neonatal and Paediatric Tracheostomy Tubes - Un-Ranked Multi Supplier Framework. The Authority envisages that up to four (4) Potential

Framework Participants will be awarded to the Lot (subject to submission of admissible Tenders as determined in accordance with the

provisions of this ITT).

II.2.5) Award criteria

Criteria below:

Quality criterion: Product clinical, functional, performance evaluation / Weighting: 50%

Cost criterion: Cost / 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: No

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

II.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the public

contracts (Scotland) Regulations 2015.

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:

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract,

the types and levels of insurance indicated below:


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

Minimum level(s) of standards required:

Applicable to all lots;

- All tendered products must fully comply with the Requirement Documents included within the tender.

- If awarded to the Framework Potential Framework Participants must provide evidence that tendered products are UKCA/CE marked complying

with Medical Device Directive 93/42/EEC. Evidence should be in form of a certificate of compliance issued by a UKAS (or equivalent)

accredited independent third party.

- If awarded to the Framework Potential Framework Participants must provide certification to confirm that the manufacturing organisation

hold ISO 13485 certification or equivalent. All companies within the supply chain are approved to ISO9001 or equivalent, or ISO 13485 or

equivalent.

- If awarded to the Framework Potential Framework Participants must provide certification to confirm that the manufacturer meets the

Environmental standard ISO 14001 or equivalent.

- All tendered pricing must be inclusive of delivery.

- Potential Framework Participants must confirm

a) that they are be able to start supply of products within 30 days from notification of award.

b) that they will hold a minimum of 30 days stock at all times and be able to deliver within 5 working days as routine with delivery within

24 hours if occasionally required.

c)If you are tendering for Lot 2 - Tracheostomy Accessories, confirm that you can tender at least 3 of the 7 product groups listed in the

'Price Schedule'.

d)that they will submit, free of charge, samples of products tendered for evaluation as detailed in the price schedule.

e)that in the event of a complaint being raised, investigations will take place and findings will be reported to complainant within 30 days

from receipt.

f)that if required they can have suitably qualified and experienced training and/or support staff available within 48 hours to all geographical

areas in Scotland. Training staff must include a product specialist/registered nurse and be validated and a record of the training provided

must be given to each staff member.

g)that following award of the contract, contact Health Boards to identify where training and or support is required to support

implementation of any product changes required. This should lead to the development of an implementation plan to support these changes

which includes details of the level of training required, who will provide it, where and when they will provide it and to which staff

members. The Potential Framework Participant must also detail the name and position of the person within the Health board who has

agreed to this training provision.

h)that following award your local representative you will be available to meet with National Procurement and local implementation leads.

NHS Scotland target will be to have any change associated with implementation complete within 3 months of contract award.

I)must provide details on numbers of products sold within last 12 months and country(ies) of sale. It is expected that products will have

been sold in a location with similar Health care standards to NHSS. The information provided here should give confidence that products are

in widespread use in areas with similar standards of healthcare provision. For innovative products and new products to the market, the

Potential Framework Participant must provide appropriate clinical evidence.

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

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: 25/10/2023

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: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 25/10/2023

Local time: 12:00

Place:

National Procurement, 2 Swinhill Avenue, Larkhall, ML9 2QX

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 buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25104. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25104. 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: 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/

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25104. 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:

https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

(SC Ref:744805)

VI.4) Procedures for review

VI.4.1) Review body

The Common Services Agency (more commonly known as NHS National Services Scotland) ("the Authority")

Gyle Square (NSS Head Office), 1 South Gyle Crescent

Edinburgh

EH12 9EB

UK

Telephone: +44 1698794504

Internet address(es)

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

18/09/2023

Coding

Commodity categories

ID Title Parent category
33140000 Medical consumables Medical equipments

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
steve.graham@nhs.scot
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.