Future opportunity

Patient Monitoring Equipment, Related Accessories and Services

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

F01: Prior information notice (prior information only)

Notice reference: 2023/S 000-002003

Published 23 January 2023, 1:17pm



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

Country

United Kingdom

NUTS code

UKI - London

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

Additional information can be obtained from another address:

NHS Supply Chain

Building 3, Carrwood Park, Swillington Common Farm

Leeds

LS15 4LG

Email

t7contracting@supplychain.nhs.uk

Country

United Kingdom

NUTS code

UKE42 - Leeds

National registration number

10881715

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-of-health

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

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

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, Related Accessories and Services

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

Maximum number of lots that may be awarded to one tenderer: 2

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: Mobile Wearing Monitoring

Ward Based Monitoring (Spot Check/Vital Signs/Low Acuity);

Critical Care Monitoring;

Coronary Care Monitoring;

Stroke Unit Monitoring;

Emergency Department Monitoring;

Induction Room Monitoring;

Operating Theatre Monitoring;

Recovery Monitoring;

Cardiac Intensive Care Unit (ICU) Monitoring;

Cardiac Theatre Monitoring;

Neonatal Intensive Care Unit (ICU) Monitoring;

Special Care Baby Unit (SCBU) Monitoring;

Central Stations;

Mobile Monitoring (Telemetry); and

Ambulatory Monitoring.

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £66,400,000.00 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;

a-EEG Monitoring;

Electromyography (EMG) Monitoring;

MRI Compatible Monitoring; and

Cardiac Output Monitoring.

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.3) Estimated date of publication of contract notice

2 October 2023


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

six.3) Additional information

The following certification will be a requirement of the upcoming tender exercise and Applicants may be required to include evidence of this with their tender submission.

- ISO9001:2015 accredited by the United Kingdom Accreditation Service (or equivalent) to cover all segments of the Applicant's supply chain. Further information in respect of certification requirements will be set out in the notice for the forthcoming procurement. If such certificates are not in the name of the Applicant then the Applicant must supply a copy of agreements setting out the authority and responsibilities of all parties in the supply chain.

The purpose of this notice is to draw attention to a procurement that NHS Supply Chain intends to commence during the subsequent 12 months. The invitation to tender will be the subject of a separate notice and it is that notice to which potential suppliers will need to respond at the appropriate time.

The Framework Agreement between NHS Supply Chain and successful suppliers will reserve the right to purchase the same or similar supplies and/or services from suppliers not appointed to the Framework Agreement at its sole discretion.

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/bulk buy initiatives.

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.

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.

NHS Supply Chain is currently considering the use of lots for this procurement. Further information in respect of the lot strategy will be set out in the notice for the forthcoming procurement.

As part of its pre-tender strategy, NHS Supply Chain would also like to engage with suppliers of these products via a Request for Information (RFI).

- The Request for Information Document will then be sent to you via the Jaggaer Messages Tab

- Applicants will then have 3 weeks from the dispatch of this notice to complete and return the Request for Information document.

The NHS has adopted PPN 06/20 (taking account of Social Value in the award of Government Contracts) 2022, and therefore this future Framework Agreement will include some qualitative evaluation questions on Social Value with a min. weighting of 10% towards the award. For more information on Social Value and to understand what’s included in Social Value, please see:

https://www.gov.uk/government/publications/procurement-policy-note-0620-takingaccount-ofsocialvaluein-the-award-of-central-government-contracts.

In addition, from April 2023: the NHS will adopt the Government’s ‘Taking Account of Carbon Reduction Plans‘ (PPN 06/21) requiring all suppliers with new contracts for goods, services, and/or works with an anticipated contract value above £5 million per annum, to publish a carbon reduction plan for their direct emissions. From April 2024, the NHS will expand this requirement for all new contracts, irrespective of value.

The NHS has outlined Fighting Climate Change as a key Social Value Theme however it may be that bidders are able to demonstrate activity against many more of the Social Value Themes. We will be sending out a RFI with some questions aligned to Social Value Themes and will use these responses to shape our evaluation questions on Social Value