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
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