
Market Leads & Opportunities
United Kingdom-Edinburgh: Sharps containers
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 197-354868/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1) Name and addresses
Official name: The Common Services Agency (more commonly known as NHS National Services Scotland) (‘the Authority’)
Postal address: Gyle Square (NSS Head Office), 1 South Gyle Crescent
Town: Edinburgh
Postal code: EH12 9EB
Country: United Kingdom
Telephone: +44 1698794410
Email: Alex.little1@nhs.net
Nuts code: UKM
Internet address(es):
Main address:
Address of the buyer profile:
The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
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: NP606/16 Healthcare waste containers and Sharps containers.
Reference number: NP606/16
II.1.2) Main CPV code: 33141123
II.1.3) Type of contract: Supplies
II.1.4) Short Description: The Common Services Agency (more commonly known as National Services Scotland) (‘the Authority’) acting through its division National Procurement, is undertaking this procurement of single use healthcare waste and sharps containers, as well as single use blue pharmacy containers and clinical waste cardboard container’s (‘Products’) on behalf of 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), any integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014 (collectively hereafter referred to as ‘Participating Authorities’).
II.1.5) Estimated total value:
Value excluding VAT: 9865000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots:3
II.2) Description
II.2.1) Title: Carboard: Healthcare waste containers
Lot No:3
II.2.2) Additional CPV code(s)
33141123
II.2.3) Place of performance
Nuts code: UKM
II.2.4) Description of the procurement:
Provision of Cardboard waste containers (wipe clean) for use in the NHS / healthcare environment.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 10000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 60
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.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Orange and Yellow stream single use waste / sharps containers
Lot No:1
II.2.2) Additional CPV code(s)
33141123
II.2.3) Place of performance
Nuts code: UKM
II.2.4) Description of the procurement:
Orange and Yellow stream, single use waste / sharps containers.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 9865000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 60
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.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: Blue (Pharmacy) waste / sharps containers
Lot No:2
II.2.2) Additional CPV code(s)
33141123
II.2.3) Place of performance
Nuts code: UKM
II.2.4) Description of the procurement:
Blue stream (Pharmacy) waste / sharps containers.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 100000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 60
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.2.13) 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
Minimum level(s) of standards possibly required: All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
Minimum level(s) of standards possibly required:The following Minimum levels of standards are required;
CE Marked product only
ISO9001 or ISO13485 or equivalent certification required
Label compliance with current legislation SHTN3
Compliance to product range (size) ‘basket of goods’ requirements.
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:3
In the case of framework agreements,provide justification for any duration exceeding 4 years:
This is a complex clinical area and changes to product will require considerable staff training and potential change to clinical practise and training in technique.IV.1.8) Information about the 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: 2016-11-22 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 tender must maintain the tender
Duration in months:3(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2016-11-22 Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
VI.3) Additional information:
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 13378. For more information see:
The Contracting Authority does not intend to include a sub-contract clause in this contract for the following reason:
We don’t envisage that sub contracting will be required and or in scope for this procurement.
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
The Public Sector in Scotland is committed to the delivery of high quality public services, and recognises that this is critically dependent on a workforce that is well-rewarded, well-motivated, well-led, has access to appropriate opportunities for training and skills development, diverse and engaged in decision making. These factors are also important for workforce recruitment and retention, and thus continuity of service. Public Bodies in Scotland are adopting fair work practices, which include:
A fair and equal pay policy that includes a commitment to supporting the Living Wage, including, for example being a Living Wage Accredited Employer;
clear managerial responsibility to nurture talent and help individuals fulfil their potential, including for example, a strong commitment to Modern Apprenticeships and the development of Scotland’s young workforce;
Promoting equality of opportunity and developing a workforce which reflects the population of Scotland in terms of characteristics such as age, gender, religion or belief, race, sexual orientation and disability;
Support for learning and development;
Stability of employment and hours of work, and avoiding exploitative employment practices, including for example no inappropriate use of zero-hours contracts;
Flexible working (including for example practices such as flexi-time and career breaks) and support for family friendly working and wider work life balance;
Support progressive workforce engagement, for example Trade Union recognition and representation where possible, otherwise alternative arrangements to give staff an effective voice.
In order to ensure the highest standards of service quality in this contract we expect contractors to take a similarly positive approach to fair work practices as part of a fair and equitable employment and reward package.
Please describe how you will commit to fair work practices for workers (including any agency or sub-contractor workers) engaged in the delivery of this contract.
(SC Ref:448055).
VI.4) Procedures for review
VI.4.1) Review body
Official name: The Common Services Agency (more commonly known as NHS National Services Scotland) (‘the Authority’)
Postal address: Gyle Square (NSS Head Office), 1 South Gyle Crescent
Town: Edinburgh
Postal code: EH12 9EB
Country: United Kingdom
Telephone: +44 1698794410
Internet address:
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 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. Economic operators are entitled to write to the Authority after receipt of the notification should they require further clarification. The Authority will respond within 15 days of such a written request, but it should be noted that receipt by the Authority of such request during the standstill period may not prevent the Authority from awarding the framework agreement following the expiry of the standstill period. Where an economic operator is dissatisfied with the Authority’s response to its request for clarification, or considers that the framework agreement has been concluded in breach of The Public Contracts (Scotland) Regulations 2012, such economic operator is advised to promptly seek independent legal advice.
VI.5) Date of dispatch of this notice:2016-10-07
More Opportunties
- United Kingdom-Belfast: Infant Formula and Teat Units
8 Aug 25
Business Services Organisation (BSO), Procurement and Logistics Service (PaLS) seeks through this tender opportunity to appoint suppliers for the supply and delivery of Infant Formula and Teat Units to Health and Social Care Northern Ireland (HSCNI).> > - United Kingdom-Coventry: Design and Supply of Two Sludge Drying Units
8 Aug 25
Design and supply of two sludge drying units for deployment at two sites for STW.> > - General Purpose Ultrasonic Scanning Systems- Exporting Opportunity
8 Aug 25
Opportunity type Public Sector Industry Healthcare services A tender has been issued for the supply and installation of 2 sets of general purpose ultrasonic scanning systems You must be able to: supply and install 2 complete sets of brand new general purp> >