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

Electrodes, Ultrasound Gels, Defibrillation and Related Consumables

  • First published: 28 March 2019
  • Last modified: 28 March 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:
28 March 2019
Deadline date:
24 April 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Ultrasound gel is a conductive medium that provides a bond between the skin and a probe or transducer. It is formulated to act as a coupling agent and reduce static.

The ultrasound gels lot includes:

— 20-25 ml non-sterile sachet,

— 20 ml sterile sachet,

— 250-260 ml container, and

— 5 litre container.

It is anticipated that in the first 24 months of the Framework Agreement the value of purchases will be in the region of 500 000 GBP and 700 000 GBP. For the full 48 month term (if extended) the anticipated value is between 1 000 000 GBP and 1 400 000 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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

DHL Supply Chain Ltd acting on behalf of Supply Chain Coordination Ltd acting as agent of the NHS Business Services Authority

c/o Skipton House, 80 London Road

London

SE1 6LH

UK

Contact person: Alexander Whittle

E-mail: alexander.whittle@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

Electrodes, Ultrasound Gels, Defibrillation and Related Consumables

II.1.2) Main CPV code

33140000

 

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 Route a range of electrodes, ultrasound gels, defibrillation and related consumables used within but not limited to Ambulance Trusts, theatres, wards, intensive care units and accident and emergency areas within Healthcare Environments. Products within this area include: adult/paediatric ECG electrodes, neurology and dual connector electrodes, ultrasound gels, abdominal belts, automated and manual defibrillation pads and associated consumables relating to these products. It is anticipated that in the first 24 months of the Framework Agreement the value of purchases will be in the region of 24 600 000 GBP and 29 000 000 GBP. For the full 48 month term (if extended) the anticipated value is between 49 200 000 GBP and 58 000 000 GBP.

II.1.5) Estimated total value

Value excluding VAT: 58 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 9 lots

II.2) Description

Lot No: 1

II.2.1) Title

Ultrasound Gels

II.2.2) Additional CPV code(s)

33140000

31711140

33123230

33123200

33121500

33123210

33112000

24951100

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

Ultrasound gel is a conductive medium that provides a bond between the skin and a probe or transducer. It is formulated to act as a coupling agent and reduce static.

The ultrasound gels lot includes:

— 20-25 ml non-sterile sachet,

— 20 ml sterile sachet,

— 250-260 ml container, and

— 5 litre container.

It is anticipated that in the first 24 months of the Framework Agreement the value of purchases will be in the region of 500 000 GBP and 700 000 GBP. For the full 48 month term (if extended) the anticipated value is between 1 000 000 GBP and 1 400 000 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.2.5) Award criteria

Criteria below:

Quality criterion: Supply chain assessment / Weighting: 5

Quality criterion: Sales, service and quality / Weighting: 20

Quality criterion: Business continuity and sustainability / Weighting: 5

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 1 400 000.00  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 a maximum of 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

NHS Supply Chain anticipates appointing all applicants who have met the minimum requirements which are set out in these tender documents and whose total score meets or exceeds the hurdle of 30 % to this lot of the Framework Agreement.

Lot No: 2

II.2.1) Title

Adult ECG Electrodes

II.2.2) Additional CPV code(s)

33140000

31711140

33123230

33123200

33121500

33123210

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

The electrocardiography (ECG) electrode is a device which is applied to the skin and transfers the electrical activity produced by the heart to a monitoring or diagnostic device which is capable of visualising the data.

The adult ECG electrode lot includes:

— adult tab ECG electrodes, solid and wet gel,

— adult ECG electrode onset/offset stud, foam/cloth/microporous tape backing solid and wet gel and 3 pack,

— adult ECG electrode onset carbon stud (radiolucent), foam backing, solid gel and wet gel,

— dual connector ECG electrode offset stud, foam backing, wet gel.

It is anticipated that in the first 24 months of the Framework Agreement the value of purchases will be in the region of 13 500 000 GBP and 15 500 000 GBP. For the full 48 month term (if extended) the anticipated value will be in the region of 27 000 000 GBP and 31 000 000 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.2.5) Award criteria

Criteria below:

Quality criterion: Supply chain assessment / Weighting: 5

Quality criterion: Sales, service and quality / Weighting: 20

Quality criterion: Business continuity and sustainability / Weighting: 5

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 31 000 000.00  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 a maximum of 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

NHS Supply Chain anticipates appointing all Applicants who have met the minimum requirements which are set out in these tender documents and whose total score meets or exceeds the hurdle of 30 % to this lot of the Framework Agreement.

Lot No: 3

II.2.1) Title

Paediatric ECG Electrodes

II.2.2) Additional CPV code(s)

33140000

31711140

33121500

33123210

33123230

33123200

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

The electrocardiography (ECG) electrode is a device which is applied to the skin and transfers the electrical activity produced by the heart to a monitoring or diagnostic device which is capable of visualising the data.

The paediatric ECG electrode lot, includes but is not limited to:

— paediatric tab ECG electrode solid and wet gel, and

— paediatric ECG electrode offset/onset stud, foam/cloth/microporous tape backing, solid and wet gel.

It is anticipated that in the first 24 months of the Framework Agreement the value of purchases will be in the region of 500 000 GBP and 700 000 GBP. For the full 48 month term (if extended) the anticipated value will be in the region of 1 000 000 GBP and 1 400 000 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.2.5) Award criteria

Criteria below:

Quality criterion: Supply chain assessment / Weighting: 5

Quality criterion: Sales, service and quality / Weighting: 20

Quality criterion: Business continuity and sustainability / Weighting: 5

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 1 400 000.00  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 a maximum of 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

NHS Supply Chain anticipates appointing all applicants who have met the minimum requirements which are set out in these tender documents and whose total score meets or exceeds the hurdle of 40 % to this lot of the Framework Agreement.

Lot No: 4

II.2.1) Title

Neurology Electrodes

II.2.2) Additional CPV code(s)

33140000

31711140

33121100

33121300

33121500

33123210

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

Neurology electrodes are applied to the scalp and are used to detect activity from cells within the brain, these are then transmitted to a monitoring or diagnostic device which is capable of visualising the data.

The neurology electrodes lot, includes but is not limited to:

— neurology cup electrode with coloured leadwire,

— neurology concentric needle for electromyography (EMG),

— neurology surface electrode solid gel,

— neurology ground electrode solid gel.

It is anticipated that in the first 24 months of the Framework Agreement the value of purchases will be in the region of 700 000 GBP and 900 000 GBP. For the full 48 month term (if extended) the anticipated value will be in the region of 1 400 000 GBP and 1 800 000 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.2.5) Award criteria

Criteria below:

Quality criterion: Supply chain assessment / Weighting: 5

Quality criterion: Sales, service and quality / Weighting: 20

Quality criterion: Business continuity and sustainability / Weighting: 5

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 1 800 000.00  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 a maximum of 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

NHS Supply Chain anticipates appointing all applicants who have met the minimum requirements which are set out in these tender documents and whose total score meets or exceeds the hurdle of 50 % to this lot of the Framework Agreement.

Lot No: 5

II.2.1) Title

Pre Wired Electrodes

II.2.2) Additional CPV code(s)

33140000

31711140

33121100

33121300

33121500

33123210

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

Pre-wired electrodes are devices which are applied to the skin and transfer the electrical activity produced by the heart to a monitoring or diagnostic device which is capable of visualising the data.

The pre-wired electrodes lot, includes but is not limited to:

— adult pre wired electrode, cloth/microporous tape/clear taple, solid and wet gel,

— adult pre-wired electrode, foam solid and wet gel,

— neonatal pre wired electrode, foam, cloth/microporous tape/clear tape solid and wet gel, and

— paediatric pre-wired electrode, foam, cloth/microporous tape/clear tape, solid and wet gel.

It is anticipated that in the first 24 months of the Framework Agreement the value of purchases will be in the region of 800 000 GBP and 1 000 000 GBP. For the full 48 month term (if extended) the anticipated value will be in the region of 1 600 000 GBP and 2 000 000 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.2.5) Award criteria

Criteria below:

Quality criterion: Supply chain assessment / Weighting: 5

Quality criterion: Sales, service and quality / Weighting: 20

Quality criterion: Business continuity and sustainability / Weighting: 5

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 2 000 000.00  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 a maximum of 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

NHS Supply Chain anticipates appointing all Applicants who have met the minimum requirements which are set out in these tender documents and whose total score meets or exceeds the hurdle of 40 % to this lot of the Framework Agreement.

Lot No: 6

II.2.1) Title

Foetal Monitoring Electrodes

II.2.2) Additional CPV code(s)

33140000

31711140

33121100

33121300

33121500

33123210

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

Foetal Scalp Electrode is a device which is attached directly to the baby’s scalp during labour, this is then connector to a monitoring device capable of visualising the data.

Foetal Monitoring Electrodes lot, includes but is not limited to:

— foetal monitoring electrode foetal scalp, spiral/hook spring with safety connector.

It is anticipated that in the first 24 months of the Framework Agreement the value of purchases will be in the region of 950 000 GBP and 1 150 000 GBP. For the full 48 month term (if extended) the anticipated value will be in the region of 1 900 000 GBP and 2 300 000 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.2.5) Award criteria

Criteria below:

Quality criterion: Supply chain assessment / Weighting: 5

Quality criterion: Sales, service and quality / Weighting: 20

Quality criterion: Business continuity and sustainability / Weighting: 5

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 2 300 000.00  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 a maximum of 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

NHS Supply Chain anticipates appointing all applicants who have met the minimum requirements which are set out in these tender documents and whose total score meets or exceeds the hurdle of 40 % to this lot of the Framework Agreement.

Lot No: 7

II.2.1) Title

Abdominal CTG Belts

II.2.2) Additional CPV code(s)

33140000

33124000

33124120

33112000

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

Abdominal cardiotocography (CTG) Belts are intended for use in the maternity discipline, these are used to secure a transducer to the patients abdomen.

The abdominal CTG belts lot includes:

— abdominal CTG foetal monitoring belt intended for single patient use — elastic, latex free, with buttons and button holes, minimum length 124 cm (-4 % tolerance),

— abdominal belt — reusable — elastic — latex free — without buttons,

— abdominal belt — reusable — elastic — latex free — with buttons, and

— abdominal CTG foetal monitoring belt intended for single patient use — elastic free, with buttons and button holes, minimum length 155 cm (-4 % tolerance).

Abdominal Belt Intended for single patient use — Elastic, latex free, with buttons and button holes, minimum length 155 cm (-4 % tolerance). It is anticipated that in the first 24 months of the Framework Agreement the value of purchases will be in the region of 650 000 GBP and 850 000 GBP. For the full 48 month term (if extended) the anticipated value will be in the region of 1 300 000 GBP and 1 700 000 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.2.5) Award criteria

Criteria below:

Quality criterion: Supply chain assessment / Weighting: 5

Quality criterion: Sales, service and quality / Weighting: 20

Quality criterion: Business continuity and sustainability / Weighting: 5

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 1 700 000.00  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 a maximum of 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

NHS Supply Chain anticipates appointing all applicants who have met the minimum requirements which are set out in these tender documents and whose total score meets or exceeds the hurdle of 30 % to this lot of the Framework Agreement.

Lot No: 8

II.2.1) Title

Defibrillation Pads

II.2.2) Additional CPV code(s)

33140000

33182000

33182100

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

Defibrillation pads are used to facilitate cardioversion, pacing and defibrillation. This lot includes defibrillation electrodes for automated external defibrillation and defibrillation pads for manual paddles.

The defibrillation pads lot, includes but is not limited to:

Automated defibrillation:

— pair of adult defibrillation pads,

— pair of paediatric defibrillation pads, and

— pair of universal defibrillation pads.

Manual defibrillation:

— pair of adult defibrillation pads,

— pair of paediatric defibrillation pads, and

— pair of universal defibrillation pads.

It is anticipated that in the first 24 months of the Framework Agreement the value of purchases will be in the region of 6 000 000 GBP and 7 000 000 GBP. For the full 48 month term (if extended) the anticipated value will be in the region of 12 000 000 GBP and 14 000 000 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.2.5) Award criteria

Criteria below:

Quality criterion: Supply chain assessment / Weighting: 7

Quality criterion: Sales, service and quality / Weighting: 20

Quality criterion: Business continuity and sustainability / Weighting: 3

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 14 000 000.00  EUR

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 a maximum of 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

NHS Supply Chain anticipates appointing all applicants who have met the minimum requirements which are set out in these tender documents and whose total score meets or exceeds the hurdle of 30 % to this lot of the Framework Agreement.

Lot No: 9

II.2.1) Title

Related Consumables

II.2.2) Additional CPV code(s)

33140000

33112000

24951100

31711140

33123230

33123200

33121500

33123210

33121100

33121300

33124000

33124120

33182000

33182100

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

Related consumables are any accessories that can be used in conjunction with products listed in lots 1 to 8.

The related consumables lot, includes but is not limited to:

— gel frames,

— gel pumps,

— gel warmer,

— crocodile clips,

— snap clips,

— reusable leadwires,

— single use leadwires,

— skin preparation,

— defibrillation batteries,

— AC power module,

— carry cases,

— manikin adapters,

— leadsets,

— adapter cables,

— abdominal CTG belt buttons.

It is anticipated that in the first 24 months of the Framework Agreement the value will be in the region of 1 000 000 GBP and 1 200 000 GBP. For the full 48 month term (if extended) the anticipated value will be in the region of 2 000 000 GBP and 2 400 000 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.2.5) Award criteria

Criteria below:

Quality criterion: Supply chain assessment / Weighting: 5

Quality criterion: Sales, service and quality / Weighting: 20

Quality criterion: Business continuity and sustainability / Weighting: 5

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 2 400 000.00  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 a maximum of 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

NHS Supply Chain anticipates appointing all applicants who have met the minimum requirements which are set out in these tender documents and whose total score meets or exceeds the hurdle of 30 % to this lot of the Framework Agreement.

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.2.14 of this Contract Notice for further details in respect of appointment to the individual lots across the Framework Agreement.

Applicants may bid for 1, more than 1 or all 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 estimate indicated at II.2.1, 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

Selection criteria as stated in the procurement documents


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.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

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: 40

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 072-158962

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

Date: 24/04/2019

Local time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 25/04/2019

Local time: 09:00

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

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 “NHSSC Header 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 in the following sections, 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,

— applicants are required to upload the documents requested at lot level using the “Supplier Lot Documents” button after selecting the relevant lot in the “Lot Header” tab,

— 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,

— 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

22/03/2019

Coding

Commodity categories

ID Title Parent category
33182000 Cardiac support devices Functional support
33123210 Cardiac-monitoring devices Cardiovascular devices
33123230 Cardiographs Cardiovascular devices
33182100 Defibrillator Cardiac support devices
33124120 Diagnostic ultrasound devices Diagnostics and radiodiagnostic devices and supplies
33124000 Diagnostics and radiodiagnostic devices and supplies Recording systems and exploration devices
33112000 Echo, ultrasound and doppler imaging equipment Imaging equipment for medical, dental and veterinary use
33121500 Electrocardiogram Long term ambulatory recording system
33123200 Electrocardiography devices Cardiovascular devices
31711140 Electrodes Electronic supplies
33121100 Electro-encephalographs Long term ambulatory recording system
33121300 Electromyographs Long term ambulatory recording system
24951100 Lubricants Greases and lubricants
33140000 Medical consumables Medical equipments

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:
alexander.whittle@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.