Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Tracheostomy Tubes and Accessories

  • Cyhoeddwyd gyntaf: 19 Medi 2023
  • Wedi'i addasu ddiwethaf: 19 Medi 2023

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-04017d
Cyhoeddwyd gan:
NHS National Services Scotland
ID Awudurdod:
AA81387
Dyddiad cyhoeddi:
19 Medi 2023
Dyddiad Cau:
25 Hydref 2023
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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).

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

NHS National Services Scotland

Swinhill Avenue

Larkhall

ML9 2QX

UK

Person cyswllt: Steve Graham

Ffôn: +44 1698794407

E-bost: steve.graham@nhs.scot

NUTS: UKM

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.nss.nhs.scot/browse/procurement-and-logistics

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

http://publictendersscotland.publiccontractsscotland.gov.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

http://publictendersscotland.publiccontractsscotland.gov.uk


I.4) Y math o awdurdod contractio

Corff a lywodraethir gan gyfraith gyhoeddus

I.5) Prif weithgaredd

Iechyd

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Tracheostomy Tubes and Accessories

Cyfeirnod: NP189/23

II.1.2) Prif god CPV

33140000

 

II.1.3) Y math o gontract

Cyflenwadau

II.1.4) Disgrifiad byr

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) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

Gellir cyflwyno tendrau ar gyfer pob lot

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Adult Tracheostomy Tubes

II.2.2) Cod(au) CPV ychwanegol

33140000

II.2.3) Man cyflawni

Cod NUTS:

UKM

II.2.4) Disgrifiad o’r caffaeliad

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) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Product clinical, functional, performance evaluation / Pwysoliad: 50%

Maen prawf cost: Cost / Pwysoliad: 50%

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.12) Gwybodaeth am gatalogau electronig

Rhaid i dendrau gael eu cyflwyno ar ffurf catalogau electronig neu gynnwys catalog electronig

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

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.

Rhif y Lot 2

II.2.1) Teitl

Tracheostomy Accessories

II.2.2) Cod(au) CPV ychwanegol

33140000

II.2.3) Man cyflawni

Cod NUTS:

UKM

II.2.4) Disgrifiad o’r caffaeliad

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) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Product clinical, functional and performance evaluation / Pwysoliad: 50%

Maen prawf cost: Cost / Pwysoliad: 50%

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.12) Gwybodaeth am gatalogau electronig

Rhaid i dendrau gael eu cyflwyno ar ffurf catalogau electronig neu gynnwys catalog electronig

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

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.

Rhif y Lot 3

II.2.1) Teitl

Neonatal and Paediatric Tracheostomy Tubes

II.2.2) Cod(au) CPV ychwanegol

33140000

II.2.3) Man cyflawni

Cod NUTS:

UKM

II.2.4) Disgrifiad o’r caffaeliad

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) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Product clinical, functional, performance evaluation / Pwysoliad: 50%

Maen prawf cost: Cost / Pwysoliad: 50%

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.12) Gwybodaeth am gatalogau electronig

Rhaid i dendrau gael eu cyflwyno ar ffurf catalogau electronig neu gynnwys catalog electronig

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

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: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

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:


Lefel(au) gofynnol y safonau sydd eu hangen:

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) Gallu technegol a phroffesiynol

Lefel(au) gofynnol y safonau sydd eu hangen:

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) Amodau sy’n gysylltiedig â’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

The procurement involves the establishment of a framework agreement with several operators.

Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 8

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 25/10/2023

Amser lleol: 12:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 3  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 25/10/2023

Amser lleol: 12:00

Place:

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

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

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) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

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

Ffôn: +44 1698794504

Cyfeiriad(au) rhyngrwyd

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

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

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) Dyddiad anfon yr hysbysiad hwn

18/09/2023

Codio

Categorïau nwyddau

ID Teitl Prif gategori
33140000 Defnyddiau traul meddygol Cyfarpar meddygol

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
steve.graham@nhs.scot
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.