Tender

Supply and Provision of ECMO & Perfusion Consumables

  • University Hospitals of Leicester NHS Trust

F02: Contract notice

Notice identifier: 2021/S 000-003009

Procurement identifier (OCID): ocds-h6vhtk-029328

Published 15 February 2021, 12:11pm



Section one: Contracting authority

one.1) Name and addresses

University Hospitals of Leicester NHS Trust

Procurement & Supplies, Room G60, County Hall, Glenfield

Leicester

LE3 8TB

Contact

Miss Amelia Keavney

Email

Amelia.keavney@uhl-tr.nhs.uk

Telephone

+44 1162587755

Country

United Kingdom

NUTS code

UKF2 - Leicestershire, Rutland and Northamptonshire

Internet address(es)

Main address

http://www.leicestershospitals.nhs.uk/

Buyer's address

http://www.leicestershospitals.nhs.uk/

one.3) Communication

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

https://procontract.due-north.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply and Provision of ECMO & Perfusion Consumables

Reference number

DN452307

two.1.2) Main CPV code

  • 33140000 - Medical consumables

two.1.3) Type of contract

Supplies

two.1.4) Short description

University Hospitals of Leicester NHS Trust are tendering for the provision of a framework for ECMO (Extracorporeal membrane oxygenation) and Perfusion consumables. The framework will be broken into three lots, listed below.

The anticipated value of the service is a maximum of GBP 1,500,000.00 per annum and the framework duration will be 4 years from 4th May 2021. The initial duration will be 24 months with the option to extend for a further 1 x 24 months or a further 2 x 12 months. UHL reserves the right to award for the full four years depending on value.

Lot 1 - ECMO & Perfusion Consumables

Lot 2 - System Packs

Lot 3 - Specialist Products

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

https://procontract.due-north.com/

All correspondence will be dealt with solely through this website and correspondence received by other means will not be responded to.

two.1.5) Estimated total value

Value excluding VAT: £6,000,000

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

Lot 1 - ECMO & Perfusion Consumables

Lot No

1

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables

two.2.3) Place of performance

NUTS codes
  • UKF2 - Leicestershire, Rutland and Northamptonshire

two.2.4) Description of the procurement

Lot 1 - ECMO and Perfusion consumables.

This lot focuses on the generic consumables required for providing this area of care, e.g. guidewires, cannulas etc.

two.2.5) Award criteria

Quality criterion - Name: Delivery / Weighting: 3

Quality criterion - Name: Clinical Information / Weighting: 7

Quality criterion - Name: Training & Education / Weighting: 3

Quality criterion - Name: Meeting Clinical Specification / Weighting: 37

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

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

Variants may be accepted if they meet the minimum clinical requirements - This will be at discretion of the clinical evaluation team. Any variants must be clearly highlighted and further information as to why a variant has been submitted against the specification.

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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) Description

two.2.1) Title

Lot 2 - System Packs

Lot No

2

two.2.2) Additional CPV code(s)

  • 33698000 - Clinical products

two.2.3) Place of performance

NUTS codes
  • UKF2 - Leicestershire, Rutland and Northamptonshire

two.2.4) Description of the procurement

Lot 2 - System Packs

This lot comprises of clinical products which must be included in a pack and delivered on site.

two.2.5) Award criteria

Quality criterion - Name: Delivery / Weighting: 3

Quality criterion - Name: Clinical Information / Weighting: 7

Quality criterion - Name: Training and Education / Weighting: 3

Quality criterion - Name: Meeting Clinical Specification / Weighting: 37

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

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

Variants may be accepted if they meet the minimum clinical requirements - This will be at discretion of the clinical evaluation team. Any variants must be clearly highlighted within the diagrams requested as part of the tender documentation and further information as to why a variant has been submitted against the specification.

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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) Description

two.2.1) Title

Lot 3 - Specialist Equipment (ECMO & Perfusion)

Lot No

3

two.2.2) Additional CPV code(s)

  • 33698000 - Clinical products

two.2.3) Place of performance

NUTS codes
  • UKF2 - Leicestershire, Rutland and Northamptonshire

two.2.4) Description of the procurement

Lot 3 - Specialist Equipment

This lot focuses on specialist consumables used with ECMO and Perfusion, majority of this lot is based on being compatible with current capital equipment. Other options are available for Bidders to supply alternatives.

two.2.5) Award criteria

Quality criterion - Name: Delivery / Weighting: 3

Quality criterion - Name: Clinical Information / Weighting: 7

Quality criterion - Name: Training & Education / Weighting: 3

Quality criterion - Name: Meeting Clinical Specification / Weighting: 37

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

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

As UHL's equipment has been purchased under a capital program, the life of this equipment will exceed the proposed framework agreement, therefore we have requested bids for consumables that are compatible with the current equipment. The Trust will accept variants for this lot providing the alternative products are clinically acceptable and that there is no additional costs for hardware/ capital equipment associated with the proposed bid. Any variants must be highlighted and further information as to what variant has been submitted against the specification and how this meets UHL's minimal requirements.

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

All KPI's are outlined within the procurement documents - it is at the discretion of UHL to add or amend these KPI's throughout the contract.


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 a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Not Applicable - This agreement will run for 4 years.

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

10 March 2021

Local time

8:00pm

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

8 March 2021

Local time

8:00am


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.4) Procedures for review

six.4.1) Review body

High Court (Technology and Construction Court)

7 Rolls Buildings, Fetter Lane

London

EC4A 1NL

Telephone

+44 2079477156

Country

United Kingdom