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

Defibrillators

  • First published: 23 September 2019
  • Last modified: 23 September 2019

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)

Contents

Summary

OCID:
Published by:
The Common Services Agency (more commonly known as NHS National Services Scotland) (‘the Authority’)
Authority ID:
AA20671
Publication date:
23 September 2019
Deadline date:
28 October 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Automatic External Defibrillators for pre-hospital use with no manual override setting. These defibrillators are intended for use in high pressure situations by those who maybe untrained or members of the public with little or no medical knowledge.

These units will be stored and utilised in public spaces including, but not limited to: offices, reception areas, warehouses and outdoor public locations.

Bidders are asked to submit two units with the second unit being of a more robust construction with sufficient Ingress Protection (IP) marking to enable use in environments where the unit may come into contact with water i.e.in outdoor locations such as playing fields or in swimming pools, for example. The unit must also be able to withstand being dropped or banged against hard surfaces.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Common Services Agency (more commonly known as NHS National Services Scotland) (‘NSS’)

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

Edinburgh

EH12 9EB

UK

Telephone: +44 1413141865

E-mail: laura.santi@nhs.net

NUTS: UKM

Internet address(es)

Main address: http://www.nhsscotlandprocurement.scot.nhs.uk/

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

Access to the procurement documents is restricted. Further information can be obtained at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.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

Defibrillators

Reference number: NP15519

II.1.2) Main CPV code

33182100

 

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 defibrillators (including consumables, accessories and maintenance) and consumables (pads) (‘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, together with independent contractors to NHS Scotland such as dentists, general medical practitioners, pharmacists, opticians etc and all other bodies governed by Public Law in Scotland.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 4 lots

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1: Automated External Defibrillators (Including Accessories, Consumables and Maintenance)

II.2.2) Additional CPV code(s)

33182100

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Automatic External Defibrillators for pre-hospital use with no manual override setting. These defibrillators are intended for use in high pressure situations by those who maybe untrained or members of the public with little or no medical knowledge.

These units will be stored and utilised in public spaces including, but not limited to: offices, reception areas, warehouses and outdoor public locations.

Bidders are asked to submit two units with the second unit being of a more robust construction with sufficient Ingress Protection (IP) marking to enable use in environments where the unit may come into contact with water i.e.in outdoor locations such as playing fields or in swimming pools, for example. The unit must also be able to withstand being dropped or banged against hard surfaces.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / 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.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Lot 2: Automated External Defibrillators with Manual Override Capability

II.2.2) Additional CPV code(s)

33182100

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Portable automated external defibrillators with manual capability and ECG display mainly for hospital use or in external environments by trained medical professionals who receive frequent training.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Cost criterion: Cost / Weighting: 60

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.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Lot 3: Defibrillator with Manual and AED Capabilities — Monitor and Recorder

II.2.2) Additional CPV code(s)

33182100

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Defibrillators with manual and AED capabilities — monitor and recorder for use in hospital environments by fully trained medical professionals.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Cost criterion: Cost / Weighting: 60

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.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

Lot 4: Consumables

II.2.2) Additional CPV code(s)

33182100

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Defibrillator pads.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Cost criterion: Cost / Weighting: 60

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.2.13) 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:

Economic and financial standing — yearly turnover.

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:

Minimum level(s) of standards required:

The bidder should provide its (‘general’) yearly turnover for the last 3 years.

The bidder should provide its yearly (‘specific’) turnover in the business area(s) covered by the contract for the last 3 years.

Employers (compulsory) liability insurance 5 000 000 GBP minimum.

Public liability insurance 5 000 000 GBP minimum.

Product liability insurance 5 000 000 GBP minimum.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

All tendered products must fully comply with the requirement documents included within the tender.


Minimum level(s) of standards required:

— if awarded to the framework potential framework participants must provide evidence that tendered products are CE marked or will have obtained a CE mark prior to the products being available for purchase, 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 prove that they hold ISO 13485 certification or equivalent or are in the process of obtaining certification,

— all tendered pricing must be inclusive of delivery,

— potential framework participants must confirm they are able to meet all mandatory requirements as detailed within the ITT.

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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: 28/10/2019

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: 28/10/2019

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 buyer is using PCS-Tender to conduct this ITT exercise. The project code is 14549

For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:598405)

VI.4) Procedures for review

VI.4.1) Review body

The Common Services Agency (more commonly known as NHS National Services Scotland) (‘NSS’)

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

Edinburgh

EH12 9EB

UK

Telephone: +44 1698794410

Internet address(es)

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

VI.5) Date of dispatch of this notice

19/09/2019

Coding

Commodity categories

ID Title Parent category
33182100 Defibrillator Cardiac support devices

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:
laura.santi@nhs.net
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.