{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000631891-2020-10-21T00:00:00Z",
    "date": "2020-10-21T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000631891",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-9",
            "name": "University Of Edinburgh",
            "identifier": {
                "legalName": "University Of Edinburgh"
            },
            "address": {
                "streetAddress": "Charles Stewart House, 9-16 Chambers Street",
                "locality": "Edinburgh",
                "region": "UKM75",
                "postalCode": "EH1 1HT"
            },
            "contactPoint": {
                "name": "Steph Buchanan",
                "email": "stephanie.buchanan@ed.ac.uk",
                "telephone": "+44 1316502508",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
            }
        }
    ],
    "buyer": {
        "name": "University Of Edinburgh",
        "id": "org-9"
    },
    "planning": {
        "documents": [
            {
                "id": "OCT397731",
                "documentType": "plannedProcurementNotice",
                "title": "Catalogue Supplier for Medical Devices and Consumables",
                "description": "The University of Edinburgh (UoE) is intending to create a framework for an established supplier who can provide and manage a catalogue of medical devices and consumables. The estimated cost indicated in this notice is a rough calculation from spend across ALL categories and all known suppliers. This is an estimate only and does not provide any guarantee on potential spend levels. SUPPLIERS SHOULD NOTE THAT COVID-19 AND BREXIT MAY RESULT IN SIGNIFICANT REDUCTIONS IN SPEND. Minimum standards will focus on suppliers capacity and capability, both from a technical and financial perspective. Suppliers will be required to pass all Minimum standards with an unconditional 'YES'. Examples of Minimum Standards are listed below albeit these are subject to change. - Capital Equipment (sub 50K GBP purchases) could be bought from this framework. The successful supplier will need to be able to source this equipment through established suppliers. - All pricing will be inclusive of delivery i.e. no delivery charge should be added to orders - Supplier will be responsible for identifying VAT ZERO RATED items and must be able to accept and handle the VAT ZERO RATED Certificate from the University. - It is mandatory for suppliers to provide proof of turnover twice the estimated contract value as well as audited accounts for five years. - Suppliers MUST have formal arrangements with manufacturers. - Suppliers are asked to provide a straight forward SciQuest Catalogue which we envisage will be developed down the line. - ALL equipment and products shall comply with BS EN Standards and CE Marking. - Suppliers MUST be ISO9000 registered or equivalent by means of 3rd party assessment and registration. - Suppliers MUST have a UK based bank account as SciQuest require this from every supplier. - Suppliers must provide e-catalgoue capability through means of a web page / catalogue to prove established product lines. Technical scored questions will focus on but not limited to; Contract coverage and catalogue management - What % of goods can you provide - Ability to add new products to catalogues (need to be highly weighted) - Managing catalogues - communicating with Procurement etc. - Working with the University to identify new areas to add to catalogue - Ensuring best quality of goods - how do they source? Ensure due diligence is carried out Service - Dealing with invoice issues - Customer service (call centres, reps. etc) - Warranties on goods - Returns - Ability for consolidated ordering Delivery - Delivery times for 'core products' - % of catalogue that can be delivered within 2 days - 5 of catalogue that can be delivered within 5 days - BREXIT - TARIFFS AND DUTIES. Fair Work Practices and Provenance of Supply Chain - Supply Chain code of conduct - What steps and evidence. Sustainability - Innovations; packaging, deliveries - Recycling schemes Community Benefits Embroidery / customisation service - Number of products that can be customised - Ensuring quality ADDED VALUE - Further added value i.e. early payment discounts, open book, new product discounts, ability to do promotions COMMERCIAL - suppliers will be asked to provide a rebate system based on annual spend levels PLEASE NOTE: THIS NOTICE IS BY NO MEANS A FIRM INDICATION OF HOW THE FRAMEWORK WILL OPERATE. THE UNIVERSITY RESERVES THE RIGHT TO ALTER THE CONTENT UP TO THE POINT OF TENDER PUBLICATION. IN ADDITION, THE CURRENT AND POTENTIAL ECONOMIC AND PANDEMIC ORIENTATED CLIMATE MAY RESULT IN THE UNIVERSITY PULLING THE TENDER BEFORE IT'S PUBLICATION OR DURING THE TENDER PROCESS.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT397731",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "EC0729",
        "title": "Catalogue Supplier for Medical Devices and Consumables",
        "description": "The University of Edinburgh (UoE) is intending to create a framework for an established supplier who can provide and manage a catalogue of medical devices and consumables. The estimated cost indicated in this notice is a rough calculation from spend across ALL categories and all known suppliers. This is an estimate only and does not provide any guarantee on potential spend levels. SUPPLIERS SHOULD NOTE THAT COVID-19 AND BREXIT MAY RESULT IN SIGNIFICANT REDUCTIONS IN SPEND. Minimum standards will focus on suppliers capacity and capability, both from a technical and financial perspective. Suppliers will be required to pass all Minimum standards with an unconditional 'YES'. Examples of Minimum Standards are listed below albeit these are subject to change. - Capital Equipment (sub 50K GBP purchases) could be bought from this framework. The successful supplier will need to be able to source this equipment through established suppliers. - All pricing will be inclusive of delivery i.e. no delivery charge should be added to orders - Supplier will be responsible for identifying VAT ZERO RATED items and must be able to accept and handle the VAT ZERO RATED Certificate from the University. - It is mandatory for suppliers to provide proof of turnover twice the estimated contract value as well as audited accounts for five years. - Suppliers MUST have formal arrangements with manufacturers. - Suppliers are asked to provide a straight forward SciQuest Catalogue which we envisage will be developed down the line. - ALL equipment and products shall comply with BS EN Standards and CE Marking. - Suppliers MUST be ISO9000 registered or equivalent by means of 3rd party assessment and registration. - Suppliers MUST have a UK based bank account as SciQuest require this from every supplier. - Suppliers must provide e-catalgoue capability through means of a web page / catalogue to prove established product lines. Technical scored questions will focus on but not limited to; Contract coverage and catalogue management - What % of goods can you provide - Ability to add new products to catalogues (need to be highly weighted) - Managing catalogues - communicating with Procurement etc. - Working with the University to identify new areas to add to catalogue - Ensuring best quality of goods - how do they source? Ensure due diligence is carried out Service - Dealing with invoice issues - Customer service (call centres, reps. etc) - Warranties on goods - Returns - Ability for consolidated ordering Delivery - Delivery times for 'core products' - % of catalogue that can be delivered within 2 days - 5 of catalogue that can be delivered within 5 days - BREXIT - TARIFFS AND DUTIES. Fair Work Practices and Provenance of Supply Chain - Supply Chain code of conduct - What steps and evidence. Sustainability - Innovations; packaging, deliveries - Recycling schemes Community Benefits Embroidery / customisation service - Number of products that can be customised - Ensuring quality ADDED VALUE - Further added value i.e. early payment discounts, open book, new product discounts, ability to do promotions COMMERCIAL - suppliers will be asked to provide a rebate system based on annual spend levels PLEASE NOTE: THIS NOTICE IS BY NO MEANS A FIRM INDICATION OF HOW THE FRAMEWORK WILL OPERATE. THE UNIVERSITY RESERVES THE RIGHT TO ALTER THE CONTENT UP TO THE POINT OF TENDER PUBLICATION. IN ADDITION, THE CURRENT AND POTENTIAL ECONOMIC AND PANDEMIC ORIENTATED CLIMATE MAY RESULT IN THE UNIVERSITY PULLING THE TENDER BEFORE IT'S PUBLICATION OR DURING THE TENDER PROCESS.",
        "status": "planned",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "33140000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "33170000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "33190000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "33192000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "33199000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "33195000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "33124100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "mainProcurementCategory": "goods",
        "lots": [
            {
                "id": "1",
                "description": "The University currently spends roughly 250k GBP per year on medical devices and consumables across a wide supplier base. We are looking to rationalise this supply base by awarding a single supplier onto a framework who can produce and manage a catalogue of medical devices and consumables. Most products will be 'off the shelf' with the possibility of customising larger orders or specialist equipment. It is our intention that the University will work with the supplier to increase their product portfolio thus increasing their catalogue size. This can be done on an annual basis but may be more frequent if practical. We are also looking at the possibility of hosting University customised and embroidered equipment such as: stethescopes; lab coats; and medical bags, either on the catalogue or via The University's online shop (ePay). It would be valuable to understand if suppliers can provide this type of service as well. Catalogues should be available online which can be managed through The University's eProcurement platform. More complex equipment, typically 10K GBP and above would be quoted for and ordered as 'off or non-catalogue items'. More complex or higher value items will not be excluded, albeit they may require a quotation to ensure compatibility with specific clinical needs. Type of equipment, of which the supplier must be able to provide at least 80% of the below from established product ranges: - Anaesthesia accessories - Oxygen therapy, nebulisers and medical vacuum devices - Resuscitation, and training simulation equipment - Small diathermy devices - Portable ultrasound devices - Doppler, scanning and imaging devices - Physiological patient monitoring devices - Blood pressure monitoring equipment - Diagnostic ECG machines - Thermometers (human) - Cleaning and disinfection items ultrasonic baths, bench top sterilisers - Ophthalmoscopes & Otoscopes - Stethoscopes - Medical consumables (human) - Medical furniture, medicines and drug storage - Beds, couches and treatment trollies - Medical luminaires - Patient handling devices - Anatomical training models and posters - Medicines and drugs fridges THE FOLLOWING MUST NOT (!) BE INCLUDED: - Controlled drugs - Medical PPE - Medicines (for human or animal consumption) - IV Fluids - Blood products - Novel Compounds It is our intention to include in the tender documents a list of Lothian Health board \"named\" compatible equipment to ensure compatibility with NHS equipment, training, and safety information for dual contract staff. This will likely form a minimum standard. PLEASE NOTE: YOUR SUBMISSION MUST NOT INCLUDE PPE. MEDICAL AND LABORATORY PPE IS NOT INCLUDED AS PART OF THIS FRAMEWORK AND IS ADDRESSED BY OTHER MEANS.. It is anticipated that the tender documentation will be made available on Public Contracts Scotland - Tender by November 2020. Prior to tendering for this service we wish to gauge market interest and environment which will assist us in developing relevant tender documentation. Please 'express interest' and provide further information if you can.",
                "status": "planned"
            }
        ],
        "communication": {
            "futureNoticeDate": "2020-11-30T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "classification": {
            "id": "33100000",
            "scheme": "CPV"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=631891. (SC Ref:631891)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000631891"
        }
    ],
    "noticetype": "OJEU - F1 - Prior Information Notice"
}