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

Pulse Oximetry, Capnography and Related Patient Monitoring Technologies

  • First published: 10 April 2019
  • Last modified: 10 April 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:
NHS Business Services Authority
Authority ID:
AA72104
Publication date:
10 April 2019
Deadline date:
07 May 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This lot is for pre-configured monitors and devices that measure at least one of the base modalities detailed in the below paragraph (unless where dual modalities are specified in the Product Line Description Appendix 8). These monitors can produce spot check or continuous readings or a combination of spot check and continuous readings. For clarity, this is a complimentary framework to patient monitoring equipment, related accessories and services, which covers bespoke and configurable monitors and devices.

Appointment to the Framework Agreement will be made on a product line by product line basis.

NHS Supply Chain anticipates appointing all applicants who meet the minimum requirements which are set out in these tender documents and whose total score meets or exceeds a hurdle of at least 35 % at tender evaluation stage to the relevant line of the Framework Agreement.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Supply Chain Operated by DHL Supply Chain Ltd acting as agent of Supply Chain Coordination Ltd (SCCL)

c/o Skipton House, 80 London Road

London

SE1 6LH

UK

Contact person: Paul Foley

E-mail: Paul.Foley@supplychain.nhs.uk

NUTS: UKI4

Internet address(es)

Main address: https://www.gov.uk/government/organisations/department-of-health

Address of the buyer profile: https://www.gov.uk/government/organisations/department-of-health/about/

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

http://procurement.supplychain.nhs.uk/ISS/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

http://procurement.supplychain.nhs.uk/ISS/


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

http://procurement.supplychain.nhs.uk/ISS/


I.4) Type of the contracting authority

National or federal agency/office

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Pulse Oximetry, Capnography and Related Patient Monitoring Technologies

II.1.2) Main CPV code

33195000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

NHS Supply Chain seeks to establish a non-exclusive Framework Agreement for supply to NHS Supply Chain depots via the Stock/Blue Diamond routes and to the NHS Supply Chain customer base via the E-Direct Routes.

The Framework Agreement is for the supply of pulse oximetry, capnography and related patient monitoring technologies, for monitoring five key base modalities:

— Saturated Pulse Oximetry (SPO2),

— Endtidal Carbon Dioxide (ETCO2),

— Near Infra-red Spectroscopy (NIRS),

— Transcutaneous Carbon Dioxide Partial Pressure (PCO2),

— Depth of Anaesthesia.

It is anticipated that in the first 24 months of the Framework Agreement the value of purchases will be circa 38 028 398 GBP. For the full 48 month term (if extended) the anticipated value is circa 85 380 944 GBP.

These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth. The values provided are for guidance only and are not a guarantee of business.

II.1.5) Estimated total value

Value excluding VAT: 85 380 944.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 2 lots

II.2) Description

Lot No: 1

II.2.1) Title

Monitors and Devices

II.2.2) Additional CPV code(s)

33195000

33195100

33195110

33195200

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Various Locations in the UK.

II.2.4) Description of the procurement

This lot is for pre-configured monitors and devices that measure at least one of the base modalities detailed in the below paragraph (unless where dual modalities are specified in the Product Line Description Appendix 8). These monitors can produce spot check or continuous readings or a combination of spot check and continuous readings. For clarity, this is a complimentary framework to patient monitoring equipment, related accessories and services, which covers bespoke and configurable monitors and devices.

Appointment to the Framework Agreement will be made on a product line by product line basis.

NHS Supply Chain anticipates appointing all applicants who meet the minimum requirements which are set out in these tender documents and whose total score meets or exceeds a hurdle of at least 35 % at tender evaluation stage to the relevant line of the Framework Agreement.

II.2.5) Award criteria

Criteria below:

Quality criterion: Sales, service and quality / Weighting: 29 %

Quality criterion: Value-added / Weighting: 11 %

Quality criterion: Supply chain assessment / Weighting: 10 %

Price / Weighting:  50 %

II.2.6) Estimated value

Value excluding VAT: 4 848 287.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

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: Yes

II.2.11) Information about options

Options: Yes

Description of options:

This Framework Agreement will have the option to extend incrementally for up to 48 months.

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.2.14) Additional information

It is anticipated that in the first 24 months of the Framework Agreement, the value of purchases for this lot will be circa 2 305 963 GBP and for the full 48-month term (if extended), the anticipated value will be circa 4 848 287 GBP.

Lot No: 2

II.2.1) Title

Consumables

II.2.2) Additional CPV code(s)

33140000

33100000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Various Locations in the UK.

II.2.4) Description of the procurement

This Lot is for the various consumables required for pulse oximetry, capnography, NIRS and/or Transcutaneous CO2 Partial Pressure, Depth of Anaesthesia devices. Products include:

— sensors for adults, infant, paediatric, neonatal and/or a combination,

— tape/wraps,

— sample lines for adults, infant, paediatric, neonatal and/or a combination,

— airway adaptors for adults, infant, paediatric, neonatal and/or a combination,

— cables and connectors,

— water traps,

— capnography masks,

— sampling hose, and

— associated accessories.

Please note blood pressure cuffs, tubing, and associated products are not within the specification of this tender as there is a separate NHS SC framework for this area.

Appointment to the Framework Agreement will be made on a product line by product line basis.

NHS Supply Chain anticipates appointing all applicants who meet the minimum requirements which are set out in these tender documents and whose total score meets or exceeds a hurdle of at least 35 % at tender evaluation stage to the relevant line of the Framework Agreement.

II.2.5) Award criteria

Criteria below:

Quality criterion: Sales, service and quality / Weighting: 29 %

Quality criterion: Value-added / Weighting: 11 %

Quality criterion: Supply chain assessment / Weighting: 10 %

Price / Weighting:  50 %

II.2.6) Estimated value

Value excluding VAT: 80 532 657.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

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: Yes

II.2.11) Information about options

Options: Yes

Description of options:

This Framework Agreement will have the option to extend incrementally for up to 48 months.

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.2.14) Additional information

It is anticipated that in the first 24 months of the Framework Agreement, the value of purchases for this Lot will be circa 35 722 435 GBP and for the full 48-month term (if extended), the anticipated value will be circa 80 532 657 GBP.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Applicants should refer to each II.2.4 of this Contract Notice for further details in respect of appointment to the individual lots across the Framework Agreement.

Applicants may bid for one or both of the lots and applicants should refer to the invitation to tender for more information in respect of this.

The term of contracts formed under the Framework Agreement may continue beyond the end of the term of the Framework Agreement itself.

NHS Supply Chain expects to provide successful suppliers with the opportunity to offer additional savings to customers through the provision of discounted pricing, value added offerings and commitment initiatives.

NHS Supply Chain will share savings information in order to assist its customers with making informed procurement decisions. NHS Supply Chain intends to enter into arrangements under which it will be entitled to purchase supplies and/or services which it will make available for purchase by:

1) Any NHS Trust;

2) Any other NHS entity;

3) Any government department, agency or other statutory body (for the avoidance of doubt including local authorities); and/or

4) Any private sector entity active in the UK healthcare sector. Only NHS Supply Chain can order from the Framework Agreement and enter into contracts under it.

Electronic ordering will be used and electronic invoicing will be accepted and electronic payment will be used. For the avoidance of doubt, and notwithstanding the total estimate indicated at II.1.5, NHS Supply Chain does not guarantee any level of purchase through the framework and advises applicants that the framework shall be established on a non-exclusive basis. Tenders and all supporting documentation for the contract must be priced in sterling and written in English. Any agreement entered into will be considered a contract made in England according to English law and will be subject to the exclusive jurisdiction of the English Courts. NHS Supply Chain is not liable for any costs (including any third party costs fees or expenses incurred by those expressing an interest, participating or tendering for this contract opportunity. NHS Supply Chain reserves the right to terminate the procurement process (or part of it), to change the basis of and the procedures for the procurement process at any time, or to procure the subject matter of the contract by alternative means if it appears that it can be more advantageously procured by alternative means. The most economically advantageous or any tender will not automatically be accepted. All communications must be made through NHS Supply Chain's eTendering portal at http://procurement.supplychain.nhs.uk/ISS/ using the Message Centre facility linked to this particular Contract Notice.

Please note that the maximum number of suppliers as set out in IV.1.3 is an estimate only.

III.1.3) Technical and professional ability

Minimum level(s) of standards required:

The Contracting Authority reserves the right to require groupings of entities to take a particular form, or to require one party to undertake primary legal liability or to require that each party undertakes joint and several liability.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The Framework Agreement includes obligations with respect to environmental issues and a requirement for successful suppliers to comply with the NHS Supply Chain Code of Conduct.

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 with several operators.

Envisaged maximum number of participants to the framework agreement: 20

IV.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction:

Although an electronic auction will not be used to award all or part of the requirements of the Framework Agreement the use of eAuctions may be an option as part of any contracts awarded under the Framework Agreement.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2018/S 135-307468

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 07/05/2019

Local time: 15:00

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: 7 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 08/05/2019

Local time: 09:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

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

Submission of expression of interest and procurement specific information:

This procurement exercise will be conducted on the NHS Supply Chain eTendering portal at http://procurement.supplychain.nhs.uk/ISS/

Candidates wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information (if required) through the NHS Supply Chain eTendering portal as follows:

Registration.

1) Use URL http://procurement.supplychain.nhs.uk/ISS/ to access the NHS Supply Chain Procurement portal.

2) If not yet registered:

— click on the “Not Registered Yet” link to access the registration page,

— complete the registration pages as guided by the mini guide found on the landing page.

Portal access:

If registration has been completed:

— login with URL http://procurement.supplychain.nhs.uk/ISS/

— click on the “Supplier Dashboard” icon to open the list of new procurement events.

Expression of interest:

— view Contract Notice content by clicking on the “View Notice” button for the procurement event. This opens a PDF document,

— express an interest by clicking on the “Express Interest” button,

— to start the response process after the expression of interest has been done, select the “My Active Opportunities” option and click on the “Apply” button,

— select the procurement event from the list by clicking on the description,

— in the detail view click on the orange coloured “Framework Agreement” button to start responding to the tender.

Header level requirements:

— applicants are required to read all framework header documents which can be accessed using the “NHS Scheader Documents” button, which is located in the “Select Framework” tab,

— applicants are required to upload the documents requested using the “Supplier Header Documents” button, which is located in the “Select Framework” tab,

— applicants are required to complete all mandatory questions, which can be accessed using the “Framework Questionnaire” tab.

Lot level requirements:

— a preview of the lot line details can be viewed using the “Lot Header” tab, by selecting the lot and using the “Lot Line Information” button. In order to respond to a lot, applicants must select the relevant lot and then use the “Express Intent” button. This expression of intent does not place any obligation on the applicant to respond, the action unlocks the ability to respond,

— complete price offers per line for the lot by completing the required fields for the lines the applicant wants to include in the bid using the “Lot Line Detail” tab. There are a number of mandatory fields to complete on a product line basis; these are highlighted in yellow in the “Lot Line Detail” tab,

— there are no documents in the “NHS SC Lot Documents” tab in the “Lot Header” tab for this tender,

— applicants are required to answer all mandatory lot specific questions found in the “Lot Evaluation Criteria” tab,

— applicants are then required to click on the “Terms and Conditions” button in the “Submit Individual Lot Response(s)” tab to view and accept the ISS Terms and Conditions,

— accept the ISS “Terms and Conditions” button to access this function,

— submit lot response, by clicking on the “Submit Response to Selected Lot” button in the “Submit Individual Lot Response(s)” tab to submit response for the lot. Each lot must be submitted independently,

— applicants are able to view their submission using the “Supplier Submission Report” button, found in the “Submit Individual Lot Response(s)” tab.

Please refer to Section III.1.1) for additional information.

VI.4) Procedures for review

VI.4.1) Review body

Not applicable

Not applicable

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Appeals to be logged in accordance with the Public Contracts Regulations 2015 (as amended).

VI.5) Date of dispatch of this notice

05/04/2019

Coding

Commodity categories

ID Title Parent category
33195200 Central monitoring station Patient-monitoring system
33140000 Medical consumables Medical equipments
33100000 Medical equipments Medical equipments, pharmaceuticals and personal care products
33195100 Monitors Patient-monitoring system
33195000 Patient-monitoring system Miscellaneous medical devices and products
33195110 Respiratory monitors Patient-monitoring system

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:
Paul.Foley@supplychain.nhs.uk
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.