Contract notice
Section I: Contracting
authority
I.1) Name and addresses
North Western Universities Purchasing Consortium
04045190
Salford Innovation Forum, Room 210, 51 Frederick Road
Salford
M6 6FP
UK
Contact person: Lisa Blackburn
Telephone: +44 1618003
E-mail: lisa.blackburn@nwupc.ac.uk
NUTS: UK
Internet address(es)
Main address: https://nwupc.ac.uk/
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/91080
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:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=89794&B=NWUPC
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=89794&B=NWUPC
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Other: Sub-central contracting authority
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Medical Simulation and Training Equipment
Reference number: LAB3032 NW
II.1.2) Main CPV code
33100000
II.1.3) Type of contract
Supplies
II.1.4) Short description
NWUPC is seeking to establish a multi-provider Framework Agreement on behalf of the members of NWUPC, NEUPC, LUPC, SUPC, APUC and HEPCW for Medical Simulation and Training Equipment.
The Framework Agreement will be split into 4 lots as follows:
Lot 1 – Simulation Manikins and Ancillary Products
Lot 2 – Clinical Task Trainers and Ancillary Products
Lot 3 – Dental Simulation Equipment and Ancillary Products
Lot 4 – Ophthalmology and Audiology Simulation Equipment and Ancillary Products
This Framework Agreement will commence on 01st August 2025 for an initial period of 24 months until 31st July 2027 with the option to extend the Agreement for 12 months until 31st July 2028 and a further 12 months until 31st July 2029 subject to satisfactory Economic Operator performance.
The following organisations have committed to this procurement, All Lots: NWUPC, NEUPC, LUPC, SUPC, APUC, HEPCW.
II.1.5) Estimated total value
Value excluding VAT:
35 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Any combination of Lots 1-4.
II.2) Description
Lot No: 1
II.2.1) Title
Simulation Manikins and Ancillary Products
II.2.2) Additional CPV code(s)
33100000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 1 – Simulation Manikins and Ancillary Products includes, but is not limited to, the following scope: High, mid and basic fidelity simulation manikins in a variety of ethnicities and skin tones, male and female, across a range of ages including but not limited to neonatal, infant, paediatric, adult and geriatric. To include manikins simulating disabilities and diseases. Also included are replacement materials and spare parts, ancillary products used to support the simulation experience, virtual dissection tables, associated medical simulation software including simulated electronic patient record systems. Servicing and maintenance provision is included in the scope but it is not a mandatory requirement that the Supplier is able to provide it. This list is not exhaustive.
II.2.5) Award criteria
Criteria below:
Quality criterion: Customer Requirements
/ Weighting: 40.00%
Price
/ Weighting:
60.00%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/08/2025
End:
31/07/2029
This contract is subject to renewal: Yes
Description of renewals:
This Framework Agreement will commence on 01st August 2025 for an initial period of 24 months until 31st July 2027 with the option to extend the Agreement for 12 months until 31st July 2028 and a further 12 months until 31st July 2029 subject to satisfactory Economic Operator performance.
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:
Yes
II.2.14) Additional information
Whilst the agreement is split into four lots as above, you only need to complete the award criteria questionnaire once within the EU Supply system irrespective of the number of lots to which you are applying, this is titled ‘Supply of Medical Simulation and Training Equipment'.
Lot No: 2
II.2.1) Title
Clinical Task Trainers and Ancillary Products
II.2.2) Additional CPV code(s)
33100000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 2 – Clinical Task Trainers and Ancillary Products includes, but is not limited to, the following scope: Neonatal intubation trainers, infant hip examination trainers, basic resuscitation trainers, modular skills trainers, airway management trainers, blood pressure training arms, cardiovascular and respiratory trainers, auscultation trainers, intra-venous training arms, arterial blood gas training arms, intra-venous torso trainers, intra-venous leg trainers, ultrasound procedure trainers, intraosseous trainers, maternity training kits, catheterisation trainers, bowel and enema trainers, abdominal trainers, venipuncture trainers, chest drain and needle compression trainers, surgical pelvic trainers, clinical pelvic trainers, epidural and lumbar puncture trainers, injection trainers, breast examination trainers, paracentesis trainers, in-growing toenail trainers, suture/would care pads and trainers, episiotomy repair trainers, perineal repair trainers, sphincter repair trainers, laparoscopic trainers, oral care trainers, obstetric examination trainers, nasogastric trainers, ostomy care trainers, blood glucose trainers, foot care trainers, ECG placement trainers, knot tying trainers, tendon repair trainers. Also included are skeletal and anatomical models, replacement materials and spare parts, ancillary products used to support the simulation experience, associated simulation software. Servicing, maintenance and training provision is included in the scope but it is not a mandatory requirement that the Supplier is able to provide it.
II.2.5) Award criteria
Criteria below:
Quality criterion: Customer Requirements
/ Weighting: 40.00%
Price
/ Weighting:
60.00%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/08/2025
End:
31/07/2029
This contract is subject to renewal: Yes
Description of renewals:
This Framework Agreement will commence on 01st August 2025 for an initial period of 24 months until 31st July 2027 with the option to extend the Agreement for 12 months until 31st July 2028 and a further 12 months until 31st July 2029 subject to satisfactory Economic Operator performance.
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:
Yes
II.2.14) Additional information
Whilst the agreement is split into four lots as above, you only need to complete the award criteria questionnaire once within the EU Supply system irrespective of the number of lots to which you are applying, this is titled ‘Supply of Medical Simulation and Training Equipment'.
Lot No: 3
II.2.1) Title
Dental Simulation Equipment and Ancillary Products
II.2.2) Additional CPV code(s)
33130000
33141800
33100000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 3 – Dental Simulation Equipment and Ancillary Products includes, but is not limited to, the following scope: Phantom dental heads, dental task trainers, dental jaws, dental training simulators, replacement teeth, caries teeth, dental models, materials used to simulate extractions, impressions, drilling, filling and crown preparations. Supporting equipment including but not limited to hand pieces, aspiration systems and air motors. Also included are replacement materials and spare parts, ancillary products used to support the dental simulation experience, and associated simulation software. Servicing, maintenance and training provision is included in the scope but it is not a mandatory requirement that the Supplier is able to provide it. This list is not exhaustive.
II.2.5) Award criteria
Criteria below:
Quality criterion: Customer Requirements
/ Weighting: 40.00%
Price
/ Weighting:
60.00%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/08/2025
End:
31/07/2029
This contract is subject to renewal: Yes
Description of renewals:
This Framework Agreement will commence on 01st August 2025 for an initial period of 24 months until 31st July 2027 with the option to extend the Agreement for 12 months until 31st July 2028 and a further 12 months until 31st July 2029 subject to satisfactory Economic Operator performance.
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:
Yes
II.2.14) Additional information
Whilst the agreement is split into four lots as above, you only need to complete the award criteria questionnaire once within the EU Supply system irrespective of the number of lots to which you are applying, this is titled ‘Supply of Medical Simulation and Training Equipment'.
Lot No: 4
II.2.1) Title
Ophthalmology and Audiology Simulation Equipment and Ancillary Products
II.2.2) Additional CPV code(s)
33122000
33100000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 4 – Ophthalmology and Audiology Simulation Equipment and Ancillary Products includes, but is not limited to, the following scope: Ear examination simulators and models, eye examination simulators and models, ophthalmology and audiology task trainers (all available in a range of skin tones), ophthalmoscopes, otoscopes, Snellen charts and Ishihara charts. Also included are replacement materials and spare parts, ancillary products used to support the ophthalmology and audiology simulation experience and associated simulation software. Servicing and maintenance provision is included in the scope but it is not a mandatory requirement that the Supplier is able to provide it. This list is not exhaustive.
II.2.5) Award criteria
Criteria below:
Quality criterion: Customer Requirements
/ Weighting: 40.00%
Price
/ Weighting:
60.00%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/08/2025
End:
31/07/2029
This contract is subject to renewal: Yes
Description of renewals:
This Framework Agreement will commence on 01st August 2025 for an initial period of 24 months until 31st July 2027 with the option to extend the Agreement for 12 months until 31st July 2028 and a further 12 months until 31st July 2029 subject to satisfactory Economic Operator performance.
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:
Yes
II.2.14) Additional information
Whilst the agreement is split into four lots as above, you only need to complete the award criteria questionnaire once within the EU Supply system irrespective of the number of lots to which you are applying, this is titled ‘Supply of Medical Simulation and Training Equipment'.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to 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: 100
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:
04/04/2025
Local time: 13:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
04/04/2025
Local time: 14:00
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 following organisations have committed to this procurement and intend to utilise the Framework Agreement as soon as possible after award:
NWUPC:https://www.nwupc.ac.uk/members/
APUC:http://www.apuc-scot.ac.uk/#!/members
HEPCW:https://www.hepcw.ac.uk/members/
LUPC:https://www.lupc.ac.uk/member-list
NEUPC:http://www.neupc.ac.uk/our-members
SUPC:https://www.supc.ac.uk/about-us/our-members/our-members
At some point during the life of the Framework Agreement the current members of the following may wish to utilise the Agreement and should have access at any point with the permission of NWUPC. This Agreement is not intended to replace any current Agreements that either participating or non-participating Institutions may already have in place. A list of the current members is available as follows:
Central Government Departments, Local Government and Public Corporations that can be accessed at the Public Sector Classification Guide
https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide
https://www.gov.uk/government/organisations
Local Authorities
https://www.gov.uk/find-local-council
https://www.local.gov.uk
NDPBs
https://www.gov.uk/government/organisations
National Parks Authorities
https://www.nationalparks.uk/
Police Forces in the United Kingdom
http://www.police.uk/?view=force_sites
Fire and Rescue Services in the United Kingdom
https://www.nationalfirechiefs.org.uk/fire-and-rescue-services
NHS Bodies England
https://www.england.nhs.uk/publication/nhs-provider-directory/
Hospices in the UK
https://www.hospiceuk.org/hospice-care-finder
Registered Social Landlords (Housing Associations)
https://www.gov.uk/government/publications/registered-providers-of-social-housing
Third Sector and Charities in the United Kingdom
https://www.gov.uk/government/organisations/charity-commission
http://www.oscr.org.uk
Citizens Advice in the United Kingdom
http://www.citizensadvice.org.uk/index/getadvice.htm
www.cas.org.uk
Scottish Police
http://www.scotland.police.uk
Scotland’s NHS National Procurement and its members
https://www.nss.nhs.scot/departments/national-procurement-and-logistics/
NI Public Bodies
Northern Ireland Government Departments
https://www.northernireland.gov.uk/topics/your-executive/government-departments
https://www.nidirect.gov.uk/contacts/government-departments-in-northern-ireland
Northern Ireland Public Sector Bodies and Local Authorities
https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies
Schools and Universities in Northern Ireland
https://www.education-ni.gov.uk/
Health and Social care in Northern Ireland
http://online.hscni.net
Northern Ireland Housing Associations
https://www.nidirect.gov.uk/contacts/housing-associations
Police Service of Northern Ireland
https://www.psni.police.uk
VI.4) Procedures for review
VI.4.1) Review body
NWUPC Ltd
Salford Innovation Forum, Room 210, 51 Frederick Road
Salford
M6 6FP
UK
E-mail: procurement@nwupc.ac.uk
VI.5) Date of dispatch of this notice
03/02/2025