
Market Leads & Opportunities
United Kingdom-Edinburgh: Purchase of Arthroscopy Equipment, Implants & consumables
Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2023/S 000-022722/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Global bid
Contract notice
Supplies
Section I: Contracting authority
I.1) Name and addresses
Official name: The Common Services Agency (more commonly known as NHS National Services Scotland) (“NSS”)
Postal address: Gyle Square (NSS Head Office), 1 South Gyle Crescent
Town: Edinburgh
Postal code: EH12 9EB
Country: United Kingdom
Telephone: +44 7890966321
Email: wouter.piessens@nhs.scot
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: Purchase of Arthroscopy Equipment, Implants & consumables
Reference number: NP67423
II.1.2) Main CPV code: 33183100
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 Procurement, Commissioning and Facilities is undertaking this procurement of supply and delivery of Arthroscopic Equipment, Implants and Consumables 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 of 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: 18000000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: Fluid Management Equipment and consumables
Lot No:2
II.2.2) Additional CPV code(s)
33161000, 33692510, 44164200, 33141220
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Any or all locations of NHS Scotland Health Boards, all NHS Scotland Special Boards and/or the Authority.
II.2.4) Description of the procurement:
We require Fluid Management Equipment for use in a wide range of NHSS Arthroscopy/ sports medicine surgical procedures. Arthroscopic Fluid Management equipment should facilitate easy and safe exploration and treatment of the joints during minimally invasive surgical management of tissue, meniscus, cartilage and ligament damage procedures. Equipment should fit together intuitively via a common connection or adaptor, be leakage free, should be able to maintain set pressures, and be able to be used as part of an Arthroscopic system. These will be used in an acute setting across NHSS by suitably trained personnel.
II.2.5) Award criteria
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewalyes Description of renewals:Two optional extension periods both consisting of 12 months can 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.2.12) 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.2.1) Title: Arthroscopic Equipment and consumables
Lot No:1
II.2.2) Additional CPV code(s)
33183100, 33140000, 33161000, 33190000, 33100000, 33141411
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
All Locations of NHS Scotland Health Boards, all NHS Scotland Special Boards and/or the Authority.
II.2.4) Description of the procurement:
We require Arthroscopic Equipment, including resection sets Resection Equipment for use in a wide range of NHSS Arthroscopy / sports medicine surgical procedures. Arthroscopic Resection equipment Sets should allow easy and safe exploration and treatment of the joints during minimally invasive surgical management of tissue, meniscus, cartilage, and ligament damage procedures. Equipment should fit together intuitively via a common connection or adaptor, and be able to be used as part of an Arthroscopic system. These will be used in an acute setting across NHSS by suitably trained personnel.
II.2.5) Award criteria
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewalyes Description of renewals:Two (2) optional extension periods both consisting of 12 months can 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.2.12) 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.2.1) Title: Implants and supporting arthroscopic equipment
Lot No:3
II.2.2) Additional CPV code(s)
33184100, 33183100, 33141128, 33141121, 33168000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Any or all locations of NHS Scotland Health Boards, all NHS Scotland Special Boards and/or the Authority.
II.2.4) Description of the procurement:
We require implantable Equipment for use in a wide range of NHSS Arthroscopy / sports medicine surgical procedures. Implantable equipment should allow easy and safe treatment of joints during minimally invasive surgical procedures on tissue, meniscus, cartilage and ligament damage. Where the implants are part of a set or sub assembly, they should fit together intuitively using standard and identified tools, and be able to be used as part of an Arthroscopic system. These will be used in an acute setting across NHSS by suitably trained personnel.
II.2.5) Award criteria
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewalyes Description of renewals:2 optional extension periods both consisting of 12 months can 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.2.12) 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.2.1) Title: Generic arthroscopic equipment and consumables (intended for suppliers who do not offer their own control equipment)
Lot No:4
II.2.2) Additional CPV code(s)
33141411, 42113172, 33141700, 31214100, 33161000, 44512910
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Any or all locations of NHS Scotland Health Boards, all NHS Scotland Special Boards and/or the Authority.
II.2.4) Description of the procurement:
This Lot is intended to allow access to the Framework to third (3rd) party consumable suppliers who do not manufacture their own control units, but whose products are compatible with that of those suppliers who do. We require single use, sterile, consumable equipment for use in a wide range of NHSS Arthroscopy/ sports medicine surgical procedures. Consumables shall facilitate easy and safe treatment of the points during minimally invasive surgical procedures on tissue, meniscus, cartilage and ligament damage. Where the consumables work as part of an Arthroscopy control unit and handpiece assembly, they should be compatible for use with a wide range of suppliers equipment as defined in Lots 1 & 2 and fit together intuitively using standard and identified tools, and be able to be used as part of an Arthroscopic system. These will be used in an acute setting across NHSS by suitably trained personnel.
II.2.5) Award criteria
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewalyes Description of renewals:2 optional extension periods both consisting of 12 months can 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.2.12) 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.2.1) Title: Enhanced Services / Innovation Lot (Unscored)
Lot No:6
II.2.2) Additional CPV code(s)
33161000, 33140000, 33190000, 33100000, 33141411, 42113172, 33141700, 31214100, 44512910
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Any or all locations of NHS Scotland Health Boards, all NHS Scotland Special Boards and/or the Authority.
II.2.4) Description of the procurement:
Bidders are requested to submit details of any Enhanced Service they offer. Key deliverables will be decided on a case by case basis but may include, but not be limited to, such evidenced criteria as:
Reduced Waiting Times
Streamlined Patient Pathway
Innovative products related to the Framework
Reduced Readmission Rate
Lower Costs
Enhanced Data Quality & Reporting
Enhanced Inventory Management
Bidders should submit details of any service offered or innovation soon to be available, including unique selling points, for consideration, in 2,000 words or less. Responses should include relevant case studies, successes and details of how purchase of these services, in addition to commitment volumes on Lots 1-4 inclusive, will positively impact on patient care and/or (non-)commitment volume prices for Health boards.
PLEASE NOTE: In order to be awarded to this Lot, bidders are required to be awarded to a minimum of one of the Scored Lots on this tender i.e. Lots 1-4.
II.2.5) Award criteria
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewalyes Description of renewals:2 optional extension periods both consisting of 12 months can 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.2.12) 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.2.1) Title: Combination lot (unscored)
Lot No:5
II.2.2) Additional CPV code(s)
33183100, 33161000, 33140000, 33190000, 33100000, 33141411
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Any or all locations of NHS Scotland Health Boards, all NHS Scotland Special Boards and/or the Authority.
II.2.4) Description of the procurement:
“We require a range of Arthroscopic Equipment and consumbles, Fluid Management Equipment, Implants and supporting arthroscopic equipment and generic arthroscopic equipment and consumables that can be used in a Procedure within an NHS Scotland Acute setting by appropriate trained personnel.
Bidders are requested to submit bids for combinations of volume commitments of applicable products, as previously tendered in Lots 1, 2, 3, or 4 detailing additional discounts in return for combined volume commitments from the Health Boards, or from a collaboration of Health Boards.
Bidders are invited to put forward suggestions for percentage discount from Non Commitment Contract Price and/or commitment band(s)
Bidders may submit any number of combinations up to 100 for Market Share for 1 health board, multiple boards and/or All of Scotland (Current spend circa GBP 3.6 Mpa)
PLEASE NOTE: In order to be awarded to this Lot, bidders are required to be awarded to a minimum of one of the Scored Lots on this tender i.e. Lots 1-4
II.2.5) Award criteria
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewalyes Description of renewals:2 optional extension periods both consisting of 12 months can 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.2.12) 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
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: (1) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the
candidate in respect of the activities which are similar type to the subject matter of the notice.
(2) All candidates will be required to provide statement of accounts or extracts relating to their business.
See contract/tender documentation which incorporates the requirements of the ESPD (Scotland) and the financial period of reporting is the
previous 3 financial years.
Minimum level(s) of standards possibly required: Minimum level(s) of standards required:
Employers (Compulsory) Liability Insurance GBP 5,000,000 minimum
Public Liability Insurance GBP 5,000,000 minimum
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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:15
IV.1.6) Information about electronic auction
An electronic auction will be usedIV.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: 2023-09-13 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:10(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2023-09-13 Local time: 12:00
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 value in Section II.1.5 (18,000,000 GBP) refers to the full value of the framework including any extension options.
The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 24783.
For more information see:
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the
Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
The contractor shall ensure that all contracts with sub-contractors and suppliers which the Contractor intends to procure following the
Commencement Date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular
Sub-contractor or supplier, are advertised through the Public Contracts Scotland procurement portal (www.publiccontractsscotland.gov.uk)
and awarded a fair, open transparent and competitive process proportionate to the nature and value of the contract.
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
Employability / targeted recruitment & training
Supply chain initiatives
Workshops / Mentoring
Third sector engagement
Community consultation / engagement / events
Educational initiatives
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24783. For more information see:
A sub-contract clause has been included in this contract. For more information see:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24783. For more information see:
A sub-contract clause has been included in this contract. For more information see:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
Community benefits are included, but not mandatory, in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows: In accordance with the Procurement Reform Act 2014, this
Framework invites consideration of Community Benefits.
Provision of Community Benefits is an
Unscored requirement in this tender.
(SC Ref:739611)
VI.4) Procedures for review
VI.4.1) Review body
Official name: Sheriff Court House
Postal address: 27 Chambers Street
Town: Edinburgh
Postal code: EH1 1LB
Country: United Kingdom
Internet address:
VI.4.2) Body responsible for mediation procedures
Official name: Sheriff Court House
Postal address: 27 Chambers Street
Town: Edinburgh
Postal code: EH1 1LB
Country: United Kingdom
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 process 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 as to why the economic operator was unsuccessful. The notification will incorporate a ‘standstill period’ of a
minimum of 10 (ten) clear calendar days (or a minimum of 15 (fifteen) 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 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:2023-08-04
More Opportunties
- Engage with Suppliers in the Materials Handling Market
23 Jun 25
The Awarding Authority is seeking to engage with suppliers in the materials handling market, as part of pre-tender engagement exercise to gain information to inform an upcoming procurement for the provision of Waste Handling Plant Equipment. The Council o> > - Award of Provision of Student Placement Software (GCU)
23 Jun 25
Glasgow Caledonian University has identified a requirement for the renewal of student placement software. This software will assist in allocating, administering and managing School of Health and Life Sciences students in work placements.> > - YTHFM – Low bed Replacment
23 Jun 25
Further competition via Health Trust Europe Beds, Mattresses, Patient Moving Supplies and Services Framework SF053302 - Lot 1 - Medical Beds This is a ten year contract. Value is based on the initial requirement> >