By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

ENT, Ophthalmology and Skin Medicines / Medical Devices.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

The Common Services Agency (more commonly known as NHS National Services Scotland) (‘the Authority’)
National Procurement, Canderside, 2 Swinhill Avenue
Contact point(s): National Procurement
For the attention of: Siobhan Ramage
ML9 2QX Larkhall
UNITED KINGDOM
Telephone: +44 1698794547
E-mail:

Internet address(es):

General address of the contracting authority: http://www.nationalprocurement.scot.nhs.uk/

Address of the buyer profile: http://publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883

Electronic access to information: www.publictendersscotland.publiccontractsscotland.gov.uk

Electronic submission of tenders and requests to participate: www.publictendersscotland.publiccontractsscotland.gov.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Health
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Golden Jubilee Hospital (National Waiting Times Centre Board)

NHS 24

NHS Ayrshire and Arran

NHS Borders

NHS Dumfries and Galloway

NHS Education for Scotland

NHS Fife

NHS Forth Valley

NHS Grampian

NHS Greater Glasgow and Clyde

NHS Health Scotland

NHS Highland

NHS Lanarkshire

NHS Lothian

NHS Orkney

Healthcare Improvement Scotland

NHS Shetland

NHS Tayside

NHS Western Isles

Scottish Ambulance Service

The Common Services Agency for the Scottish Health Service

The State Hospital for Scotland

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.

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
ENT, Ophthalmology and Skin Medicines / Medical Devices.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or 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 and any Integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014 (altogether hereinafter referred to as ‘NHS Scotland’).

NUTS code UKM

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in months: 24

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 11 000 000 and 12 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
This framework agreement is for the supply of ENT, Ophthalmology and Skin Medicines / Medical Devices to NHS Scotland.
Note: The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.

To access PCS-Tender, record your interest in this notice and access the tender documentation please visit https://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code 5648 under ITTs Open to All Suppliers. Please use the Search/Filter function, then select Project Code from the drop-down. Please note that once you have expressed interest in the ITT it will move to your My ITTs area.

For further information on using PCS-Tender, please read the Supplier Response Guide: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf

If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can access PCS-Tender through your Public Contracts Scotland Control Panel.
II.1.6)Common procurement vocabulary (CPV)

33600000, 33630000, 33631000, 33631100, 33631200, 33631300, 33631500, 33631700, 33662100, 33711740

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
This framework agreement is for the supply of ENT, Ophthalmology and Skin Medicines / Medical Devices to NHS Scotland. The product descriptions and quantities are detailed in the tender documentation.
The tender will consist of a number of product lines and will be awarded as a single supplier framework on a line by line basis based on the lowest priced bids received for each line.
Potential Framework Participants are invited to bid for one or more product lines within the tender.
Estimated value excluding VAT:
Range: between 11 000 000 and 12 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The Authority is entitled at its sole discretion to extend the twenty four (24) months duration of the Framework Agreement by up to one (1) period of up to twelve (12) months by giving a minimum of three (3) months written notice of such extension.
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 1
II.3)Duration of the contract or time limit for completion
Duration in months: 24 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Prime Contractor shall be liable in the event of a consortium bid.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: In accordance with the Public Contracts (Scotland) Regulations 2012 the Authority shall treat as ineligible and shall not select any economic operator if one of more of the grounds set out below apply. Accordingly economic operators MUST in each case confirm whether or not the economic operator, any of its directors or any other person who has power of representation, decision or control over the economic operator has been convicted of any of the following offences:
(a) the common law offence of conspiracy where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA or an offence under sections 28 or 30 of the Criminal Justice and Licensing (Scotland) Act 2010; .
(b) corruption within the meaning of section 1(2) of the Public Bodies Corrupt Practices Act 1889 or section 1 of the Prevention of Corruption Act 1906, where the offence relates to active corruption as defined in Article 3 of the Council Act of 26th May 1997 and Article 3(1) of Council Joint Action 98/742/JHA; .
(c) bribery or corruption within the meaning of sections 68 and 69 of the Criminal Justice (Scotland) Act 2003 where the offence relates to active corruption, or bribery within the meaning of sections 1 or 6 of the Bribery Act 2010; .
(d) the common law offence of incitement to commit a crime; .
(e) fraud, where the offence relates to fraud affecting the financial interests of the European Communities as defined by Article 1 of the Convention relating to the protection of the financial interests of the European Communities, within the meaning of- .
(i) the offence of cheating the Revenue;
(ii) the common law offence of fraud;
(iii) the common law offence of theft or fraud;
(iv) fraudulent trading within the meaning of section 458 of the Companies Act 1985 or section 993 of the Companies Act 2006;
(v) fraudulent evasion within the meaning of section 170 of the Customs and Excise Management Act 1979 or section 72 of the Value Added Tax Act 1994;
(vi) an offence in connection with taxation in the European Union within the meaning of section 71 of the Criminal Justice Act 1993;
(vii) the common law offence of uttering; or.
(viii) the common law offence of attempting to pervert the course of justice;
(f) money laundering within the meaning of section 340(11) of the Proceeds of Crime Act 2002 or the Money Laundering Regulations 2007, or an offence in connection with proceeds of drug trafficking within the meaning of sections 49, 50 or 51 of the Drug Trafficking Act 1994; or.
(g) any other offence within the meaning of Article 45(1) of the Public Sector Directive as defined by the national law of any relevant state.
In accordance with the Public Contracts (Scotland) Regulations 2012 the Authority may treat as ineligible or decide not to select any economic operator if one or more of the grounds set out below apply. Accordingly economic operators MUST in each case confirm whether or not any of the following apply, namely:
(a) Has the economic operator been declared bankrupt?
(b) Has the economic operator has a debt relief order made against it/him/her?
(c) Has the economic operator had a receiving order or an administration order or bankruptcy restrictions order or a debt relief restriction order made against it/him/her?
(d) Has the economic operator made any composition or arrangement with or for the benefit of creditors or made any conveyance or assignation for the benefit of its creditors?
(e) Has the economic operator appeared unable to pay or has no reasonable prospects of being able to pay a debt within the meaning of Section 268 of the Insolvency Act 1986?
(f) Has the economic operator granted a Trust Deed for creditors or become otherwise apparently insolvent?
(g) Is the economic operator the subject of a petition presented for sequestration of its/his/her estate?
(h) Has the economic operator passed a resolution within, or is it the subject of an order by the court for the winding up of the economic operator, otherwise than for bona fide reconstruction or amalgamation?
(i) Is the economic operator subject of any proceedings similar to those listed in paragraphs (a) to (g) above under the laws of any other state?
(j) Has been convicted of a criminal offence relating to the conduct of the economic operator's business or profession?
(k) Has the economic operator committed an act of grave misconduct in the course of that economic operator's business or profession?
(l) Has failed to fulfill obligations relating to the payment of Social Security contributions under the law of the United Kingdom or the relevant state in which the economic operator is established?
(m) Has failed its/his/her obligations relating to payment of taxes under the law of any part of the United Kingdom or the relevant state in which the economic operator is established?
(n) is the economic operator guilty of serious misrepresentation in providing any information required of that economic operator under the Public Contracts (Scotland) Regulations 2012.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Please refer to the tender document for all required information.
Minimum level(s) of standards possibly required:
A) Potential Framework Participants must be able to demonstrate the existence of a valid and current MHRA/EMEA (European Medicines Agency) market authorisation, or equivalent, for all Medicines tendered.
(b) Potential Framework Participants must be able to confirm that any products submitted and classed as medical devices carry the appropriate CE declaration of conformity at the date of the tender submission.
(c) Potential Framework Participant's Goods will be evaluated against the principles of the MHRA best Practice Guidance on Labelling and Packaging and the National Patient Safety Agency (‘NPSA’) Guidelines on Packaging and Labelling on a Pass/Fail basis by a representative from Scottish Pharmacy Quality Assurance Group (‘SPQAG’);
(d) The successful Framework Participant and any sub-contractor(s) must possess valid certification of BS EN ISO 9001 or equivalent.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
Lowest price
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
NP37116
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 26.4.2016
IV.3.4)Time limit for receipt of tenders or requests to participate
26.4.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 26.4.2016 - 12:00

Place:

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

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The estimated value range referred to sections II.1.4 and II.2.1 covers the twenty four (24) months initial duration and the full twelve (12) month extension option.
Please note that each product line will be awarded on a line by line basis.
Variants will NOT be accepted.
(SC Ref:434577).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: 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 notifcation will contain among other information, a summary of the reasons why the economic operator 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 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 been entered into will not affect the framework agreement unless grounds for the imposition of special penalties under the Public Contracts (Scotland) Regulations 2012 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.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
10.3.2016