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

Medical Simulation and Training Equipment

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04db29
Published by:
North Western Universities Purchasing Consortium
Authority ID:
AA80234
Publication date:
12 March 2025
Deadline date:
04 April 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
33130000 Dental and subspecialty instruments and devices Medical equipments
33141800 Dental consumables Disposable non-chemical medical consumables and haematological consumables
33100000 Medical equipments Medical equipments, pharmaceuticals and personal care products
33122000 Ophthalmology equipment Recording systems and exploration 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:
lisa.blackburn@nwupc.ac.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.