- Scope of the procurement
- Lot 1. Phase Change Thermometers (Single Use)
- Lot 2. Electronic Thermometer Devices with Corded Probe, Associated Covers and Accessories
- Lot 3. Electronic Thermometer Devices with Flexible Probe Tip and Associated Covers
- Lot 4. Electronic Thermometer Devices with Rigid Probe Tip and Associated Covers
- Lot Tympanic Thermometer Devices, Associated Covers and Accessories. 5
- Lot 6. Non Contact Temporal Artery Thermometer Devices and Accessories
Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain
Skipton House, 80 London Road
London
SE1 6LH
Country
United Kingdom
NUTS code
UKI - LONDON
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-of-health
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://nhssupplychain.app.jaggaer.com/
Additional information can be obtained from another address:
DHL Supply Chain
Foxbridge Way
Normanton
Contact
Sukhy Rai
Country
United Kingdom
NUTS code
UKE4 - West Yorkshire
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-of-health
Buyer's address
https://www.gov.uk/government/organisations/department-of-health
Tenders or requests to participate must be submitted electronically via
https://nhssupplychain.app.jaggaer.com/
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
National or federal Agency/Office
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Thermometer Devices and Support Products
two.1.2) Main CPV code
- 38412000 - Thermometers
two.1.3) Type of contract
Supplies
two.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.
The Framework Agreement is for the supply of thermometer devices and support products for body temperature measurement including phase change thermometers, electronic thermometer devices with corded probe, associated covers and accessories, electronic thermometer devices with flexible probe tip and associated covers, electronic thermometer devices with rigid probe tip and associated covers, tympanic devices, associated covers and accessories, noncontact temporal artery devices and accessories.
Precise quantities are unknown. It is anticipated that the estimated value of the lifetime of the contract is in the region of GBP 47.6 million, however the values provided are for guidance only and are not a guarantee of business.
two.1.5) Estimated total value
Value excluding VAT: £47,610,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Phase Change Thermometers (Single Use)
Lot No
1
two.2.2) Additional CPV code(s)
- 33190000 - Miscellaneous medical devices and products
- 33195000 - Patient-monitoring system
- 38412000 - Thermometers
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
This Lot includes devices which use samples of inert chemicals which melt at progressively higher temperatures.
These chemicals are mounted as small dots in a matrix on a device which can be used to take an oral and/or axillary measurement to produce a temperature reading that is taken from the last dot to melt.
Appointment to the Framework Agreement will be made on a Product Line by Product Line basis. Evaluation will take place within each Lot. 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 Product Line of the Framework Agreement.
two.2.5) Award criteria
Quality criterion - Name: Sales. Service and Quality / Weighting: 30%
Quality criterion - Name: Value Added / Weighting: 10%
Quality criterion - Name: Supply Chain Assessment / Weighting: 9%
Quality criterion - Name: Supply Chain Resilience / Weighting: 1%
Cost criterion - Name: Financial Evaluation / Weighting: 50%
two.2.6) Estimated value
Value excluding VAT: £2,800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
This Framework Agreement will have an initial term of 24 months with an option to extend incrementally for a up to a total period of 48 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.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 in the region of £1,400,000 and for the full 48-month term (if extended), the anticipated value is circa £2,800,000. These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth.
two.2) Description
two.2.1) Title
Electronic Thermometer Devices with Corded Probe, Associated Covers and Accessories
Lot No
2
two.2.2) Additional CPV code(s)
- 33190000 - Miscellaneous medical devices and products
- 33195000 - Patient-monitoring system
- 38412000 - Thermometers
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
This Lot includes products which measure temperature either orally, axillary or rectally by use of a device with a fixed cable and probe with and/or flexible tip. These devices identify the temperature in a numerical reading and can also be referred to as digital thermometers. These devices require probe covers which assist with infection control and are included in this Lot.
Appointment to the Framework Agreement will be made on a Product Line by Product Line basis. Evaluation will take place within each Lot. 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 Product Line of the Framework Agreement.
two.2.5) Award criteria
Quality criterion - Name: Sales. Service and Quality / Weighting: 30%
Quality criterion - Name: Value Added / Weighting: 10%
Quality criterion - Name: Supply Chain Assessment / Weighting: 9%
Quality criterion - Name: Supply Chain Resilience / Weighting: 1%
Cost criterion - Name: Financial Evaluation / Weighting: 50%
two.2.6) Estimated value
Value excluding VAT: £5,811,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
This Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a total period of 48 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.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 in the region of £2,848,200 and for the full 48-month term (if extended), the anticipated value is circa £5,811,000. These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth.
two.2) Description
two.2.1) Title
Electronic Thermometer Devices with Flexible Probe Tip and Associated Covers
Lot No
3
two.2.2) Additional CPV code(s)
- 33190000 - Miscellaneous medical devices and products
- 33195000 - Patient-monitoring system
- 38412000 - Thermometers
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
This Lot includes products which measure temperature either orally, axillary or rectally by use of a device with a flexible probe tip. These devices identify the temperature in a numerical reading and can also be referred to as digital Thermometers. These devices require probe covers which assist with infection control and are included in this Lot.
Appointment to the Framework Agreement will be made on a Product Line by Product Line basis. Evaluation will take place within each Lot. 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 Product Line of the Framework Agreement.
two.2.5) Award criteria
Quality criterion - Name: Sales. Service and Quality / Weighting: 30%
Quality criterion - Name: Value Added / Weighting: 10%
Quality criterion - Name: Supply Chain Assessment / Weighting: 9%
Quality criterion - Name: Supply Chain Resilience / Weighting: 1%
Cost criterion - Name: Financial Evaluation / Weighting: 50%
two.2.6) Estimated value
Value excluding VAT: £34,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
This Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a total period of 48 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.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 in the region of £17,000 and for the full 48-month term (if extended), the anticipated value is circa £32,000. These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth.
two.2) Description
two.2.1) Title
Electronic Thermometer Devices with Rigid Probe Tip and Associated Covers
Lot No
4
two.2.2) Additional CPV code(s)
- 33190000 - Miscellaneous medical devices and products
- 33195000 - Patient-monitoring system
- 38412000 - Thermometers
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
This Lot includes products which measure temperature either orally, axillary or rectally by use of a device with a rigid probe tip. These devices identify the temperature in a numerical
reading and can also be referred to as digital thermometers. These devices require probe covers which assist with infection control and are included in this Lot.
Appointment to the Framework Agreement will be made on a Product Line by Product Line basis. Evaluation will take place within each Lot. 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 Product Line of the Framework Agreement.
two.2.5) Award criteria
Quality criterion - Name: Sales. Service and Quality / Weighting: 30%
Quality criterion - Name: Value Added / Weighting: 10%
Quality criterion - Name: Supply Chain Assessment / Weighting: 9%
Quality criterion - Name: Supply Chain Resilience / Weighting: 1%
Cost criterion - Name: Financial Evaluation / Weighting: 50%
two.2.6) Estimated value
Value excluding VAT: £220,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
This Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a total period of 48 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.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 in the region of £110,000 and for the full 48-month term (if extended), the anticipated value is circa £220,000. These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth.
two.2) Description
two.2.1) Title
5
Lot No
Tympanic Thermometer Devices, Associated Covers and Accessories
two.2.2) Additional CPV code(s)
- 33190000 - Miscellaneous medical devices and products
- 33195000 - Patient-monitoring system
- 38412000 - Thermometers
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
This Lot includes products which measure temperature from within the ear cavity by taking a reading from the tympanic membrane. These devices identify temperature in a numerical
reading and require probe covers to assist with infection control, which are also included in this Lot.
Appointment to the Framework Agreement will be made on a Product Line by Product Line basis. Evaluation will take place within each Lot. 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 Product Line of the Framework Agreement.
two.2.5) Award criteria
Quality criterion - Name: Sales. Service and Quality / Weighting: 30%
Quality criterion - Name: Value Added / Weighting: 10%
Quality criterion - Name: Supply Chain Assessment / Weighting: 9%
Quality criterion - Name: Supply Chain Resilience / Weighting: 1%
Cost criterion - Name: Financial Evaluation / Weighting: 50%
two.2.6) Estimated value
Value excluding VAT: £37,095,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
This Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a total period of 48 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.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 in the region of £18,180,000 and for the full 48-month term (if extended), the anticipated value is circa £37,095,000. These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth.
two.2) Description
two.2.1) Title
Non Contact Temporal Artery Thermometer Devices and Accessories
Lot No
6
two.2.2) Additional CPV code(s)
- 33190000 - Miscellaneous medical devices and products
- 33195000 - Patient-monitoring system
- 38412000 - Thermometers
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
This Lot includes devices which are used generate a temperature reading from the forehead. These thermometers take a reading from the heat emitted from the skin above the temporal artery and shows as a numerical reading. Devices are held away from the patient, and therefore referred to as ‘non contact’.
Appointment to the Framework Agreement will be made on a Product Line by Product Line basis. Evaluation will take place within each Lot. 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 Product Line of the Framework Agreement.
two.2.5) Award criteria
Quality criterion - Name: Sales. Service and Quality / Weighting: 30%
Quality criterion - Name: Value Added / Weighting: 10%
Quality criterion - Name: Supply Chain Assessment / Weighting: 9%
Quality criterion - Name: Supply Chain Resilience / Weighting: 1%
Cost criterion - Name: Financial Evaluation / Weighting: 50%
two.2.6) Estimated value
Value excluding VAT: £1,650,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
This Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a total period of 48 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.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 in the region of £808,000 and for the full 48-month term (if extended), the anticipated value is circa £1,650,000. These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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 II.2 of this Contract Notice for further details in respect of appointment to the individual Lots across the Framework Agreement.
Applicants may bid for one, more than one or all of the Product Lines within one, more than one 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 https://nhssupplychain.app.jaggaer.com/ 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.
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
Parent company or other guarantees may be required in certain circumstances. Further details will be in the
tender documents.
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly 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.
three.2) Conditions related to the contract
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 20
four.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.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2020/S 129-318006
four.2.2) Time limit for receipt of tenders or requests to participate
Date
16 February 2021
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
17 February 2021
Local time
9:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Submission of expression of interest and procurement specific information:
This procurement exercise will be conducted on the NHS Supply Chain eProcurement portal at https://nhssupplychain.app.jaggaer.com/
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 eProcurement portal using the URL https://nhssupplychain.app.jaggaer.com/ to access the portal.
Applicants are encouraged to download the supplier handbook located within the eProcurement portal by following the 'Supplier Helpcentre' link within the Useful Links section of the Dashboard.
For any technical help with the portal please contact:
Tel: 0800 069 8630 or email: help_uk@jaggaer.com
Please refer to Section III.1.1 for additional information.
six.4) Procedures for review
six.4.1) Review body
Not Applicable
Not Applicable
Country
United Kingdom
six.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)