Opportunity

Patient Monitoring Equipment, Bedside Equipment Alarm Monitoring Systems and Related Products and Services

  • NHS Supply Chain Operated by Supply Chain Coordination Limited (SCCL)

F02: Contract notice

Notice reference: 2024/S 000-000072

Published 2 January 2024, 5:03pm



Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain Operated by Supply Chain Coordination Limited (SCCL)

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

Contact

Shaunna Lee

Email

shaunna.lee@supplychain.nhs.uk

Telephone

+44 7970992541

Country

United Kingdom

NUTS code

UKI4 - Inner London – East

National registration number

10881715

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/about/procurement

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://nhssupplychain.app.jaggaer.com//

Additional information can be obtained from another address:

NHS Supply Chain

Building 3, Carrwood Park, Swillington Common Farm

Leeds

LS15 4LG

Contact

Shaunna Lee

Email

scott.musgrave1@supplychain.nhs.uk

Country

United Kingdom

NUTS code

UKE42 - Leeds

Internet address(es)

Main 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

Patient Monitoring Equipment, Bedside Equipment Alarm Monitoring Systems and Related Products and Services

Reference number

Project_975

two.1.2) Main CPV code

  • 33195000 - Patient-monitoring system

two.1.3) Type of contract

Supplies

two.1.4) Short description

NHS Supply Chain intends to launch a National Framework Agreement for the provision of the following types of Monitoring Systems: Spot Check, Vital Signs, Pre-Hospital Transport, Magnetic Resonance Imaging Compatible, Central Station, Telemetry, Foetal, Cardiac Output, Electroencephalograph and Electromyography and Transfer (individual patient modular monitor).Please note that this framework will not cover the purchase of consumables alone. For the avoidance of doubt consumables will only be in scope of the proposed Framework if purchased alongside the types of equipment, as stated in any subsequent specification. It is anticipated that initial expenditure will be in the region of £166 million in the first 24 months of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement. The estimated value over the total Framework Agreement term of 48 months is £332 million.

two.1.5) Estimated total value

Value excluding VAT: £332,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

Non-Specialist Patient Monitoring Equipment

Lot No

1

two.2.2) Additional CPV code(s)

  • 33195000 - Patient-monitoring system

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various Locations in the UK

two.2.4) Description of the procurement

"This Lot is for Non-Specialist Patient Monitoring Equipment designed to monitor and provide a visual output of selected physiological measurements from a patient. Clinical Monitoring areas include;

Ward based Monitoring (Vital Signs / Spot Check / Low Acuity), Acute Care Monitoring, Perioperative Monitoring, Operative Monitoring, Cardiac Care Monitoring, Neonatal/Special Care Baby Unit (SCBU) Monitoring, Central Stations, Mobile Monitoring, Pre-Hospital Monitoring, Neuro Critical Care Monitoring and Neuromuscular Blockade Monitoring."

two.2.5) Award criteria

Quality criterion - Name: Supply / Weighting: 10

Quality criterion - Name: Support / Weighting: 15

Quality criterion - Name: Training / Weighting: 15

Quality criterion - Name: Warranty and Repairs / Weighting: 10

Quality criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Financial / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £263,600,000

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: No

two.2.11) Information about options

Options: Yes

Description of options

This Framework Agreement is initially for 24 months with an option to extend to 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

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £65,900,000.00 in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

two.2) Description

two.2.1) Title

Specialist Patient Monitoring Equipment

Lot No

2

two.2.2) Additional CPV code(s)

  • 33195000 - Patient-monitoring system

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various Locations in the UK

two.2.4) Description of the procurement

This Lot is for Specialist Patient Monitoring Equipment designed to monitor and provide a visual output of selected physiological measurements from a patient. Specialised Monitoring areas include:

Foetal Monitoring (Intrapartum and Antepartum), Electroencephalogram (EEG) Monitoring, Amplitude-integrated EEG (a-EEG/CFM) Monitoring, Electromyography (EMG) Monitoring, MRI Conditional Monitoring, Cardiac Output Monitoring, Electrical Impedance Tomography Monitoring and Ultra Long-term Subcutaneous Electroencephalogram (EEG) Monitoring.

two.2.5) Award criteria

Quality criterion - Name: Supply / Weighting: 10

Quality criterion - Name: Support / Weighting: 15

Quality criterion - Name: Training / Weighting: 15

Quality criterion - Name: Warranty and Repairs / Weighting: 10

Quality criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Financial / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £66,400,000

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: No

two.2.11) Information about options

Options: Yes

Description of options

This Framework Agreement is initially for 24 months with an option to extend to 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

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £16,600,000.00 in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

two.2) Description

two.2.1) Title

Bedside Equipment Alarm Monitoring Systems

Lot No

3

two.2.2) Additional CPV code(s)

  • 33195000 - Patient-monitoring system

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various Locations in the UK

two.2.4) Description of the procurement

This Lot is for Bedside Equipment Alarm Monitoring Systems, to provide an acoustic monitoring system for critical bedside alarms, designed to alert clinical staff to medical device alarms through a visual and spoken notifications system.

two.2.5) Award criteria

Quality criterion - Name: Supply / Weighting: 10

Quality criterion - Name: Support / Weighting: 15

Quality criterion - Name: Training / Weighting: 15

Quality criterion - Name: Warranty and Repairs / Weighting: 10

Quality criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Financial / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £2,000,000

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: No

two.2.11) Information about options

Options: Yes

Description of options

This Framework Agreement is initially for 24 months with an option to extend to 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

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £500,000.00 in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement


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 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.

The Framework Agreement will be between NHS Supply Chain and the Supplier, however 1) NHS Supply Chain, 2) any NHS Trust; 3) any other NHS entity; 4) any government department, agency or other statutory body and/or 5) any private sector entity active in the UK healthcare sector will be able to enter into a direct contract with the Supplier for any of the supplies and/or services under the Framework.

Delete if not applicable: The Supplier will be required to report to and pay a direct contract management fee to NHS Supply Chain as detailed in the tender documents.

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.

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

Selection criteria as stated in the procurement documents


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

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: 2023/S 000-002003

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

Date

1 February 2024

Local time

3:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

2 February 2024

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 eTendering 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 eTendering portal as follows:

Registration.

1. Use URL https://nhssupplychain.app.jaggaer.com// 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 https://nhssupplychain.app.jaggaer.com// .

— Click on ITTs Open to All Suppliers.

— Select from the following ITTs:

ITT_1027 - Patient Monitoring Equipment, Bedside Equipment Alarm Monitoring Systems and Related Products and Services

ITT_1028 - Lot 1 – Non-Specialist Patient Monitoring Equipment

ITT_1029 - Lot 2 - Specialist Patient Monitoring Equipment

ITT_1030 - Lot 3 - Bedside Equipment Alarm Monitoring Systems

Please note: you must respond to ITT_1027 In addition to any lots you intend to respond to.

— Click on Express Interest.

— If you intend to respond select Intend to Respond.

Applicants are encouraged to download the supplier handbook located within the eProcurement portal by following the 'Supplier Help centre 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

NHS Supply Chain Operated by Supply Chain Coordination Limited (SCCL)

Wellington House, 133-155 Waterloo Road

Inner London - East

SE1 8UG

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)