Opportunity

Patient Assessment Devices

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

F02: Contract notice

Notice reference: 2024/S 000-003082

Published 30 January 2024, 2:58pm



Section one: Contracting authority

one.1) Name and addresses

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

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

Contact

Laszlo Jakab

Email

laszlo.jakab1@supplychain.nhs.uk

Country

United Kingdom

NUTS code

UKI4 - Inner London – East

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

Foxbridge Way

Normanton

WF6 1TL

Contact

Laszlo Jakab

Email

laszlo.jakab1@supplychain.nhs.uk

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/about/procurement

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

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 Assessment Devices

two.1.2) Main CPV code

  • 33140000 - Medical consumables

two.1.3) Type of contract

Supplies

two.1.4) Short description

Patient Assessment Devices including Blood Pressure Monitoring products, Otoscopes, Retinoscopes, Ophthalmoscopes and Pupil Size and Reaction Measuring Devices , Stethoscopes, Patient Weighing Scales and Measuring Devices, Proctoscopes, Rectoscopes, Anoscopes and Sigmoidoscopes, Dermatoscopes and Hyfrecators, Personal Health Monitors, Movement Disorder Assessment Devices, Assessment Lights, Ear Irrigation Devices, General Patient Assessment Products, Consumables and related accessories. Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £7,014,000 to £8,416,800 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. Initially a 2 year framework Agreement with an option to extend for a further period of 2 years. Estimated total 4 year value, range between £28,056,000 and £33,667,200

two.1.5) Estimated total value

Value excluding VAT: £33,667,200

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
11

Maximum number of lots that may be awarded to one tenderer: 11

two.2) Description

two.2.1) Title

Blood Pressure Monitoring

Lot No

Lot 1

two.2.2) Additional CPV code(s)

  • 31711400 - Valves and tubes
  • 33140000 - Medical consumables

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

Blood Pressure Monitors, Auscultatory Blood Pressure Measure without Mercury, Ankle and Toe Brachial Index monitors, Sphygmomanometers / Blood Pressure Monitors.

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £1,125,000 to £1,350,000 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.2.5) 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: 10

Quality criterion - Name: Sustainability Social Value / Weighting: 10

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £5,400,000

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

Duration in months

12

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 will have the option to extend incrementally for a period up 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) Description

two.2.1) Title

Otoscopes, Retinoscopes, Ophthalmoscopes and Pupil Size and Reaction Measuring Devices

Lot No

Lot 2

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables

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

Otoscopes, Ophthalmoscopes, Retinoscopes and Sets, Pupil Size and Reaction Measuring, replacement bulbs/ lamps (LED, halogen / xenon illumination), specula, specula dispenser, wall mounts, chargers, complete units, heads, handles, cases, lenses and adaptor.

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £885,000 to £1,062,000 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.2.5) 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: 10

Quality criterion - Name: Sustainability Social Value / Weighting: 10

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £4,248,000

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

Duration in months

12

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 will have the option to extend incrementally for a period up 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) Description

two.2.1) Title

Stethoscopes

Lot No

Lot 3

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables

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

Clinical and nurses Standards, Sprague Rappaport type, Cardiology, Paediatric, Neonatal and Electronic. Types should include- single head, dual head, dual hose, single hose

Associated products should include- associated software, replacement ear tips, diaphragm, chest piece, tubing, stethoscope covers and identification tags.

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £530,000 to £636,000 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.2.5) Award criteria

Quality criterion - Name: Sales, Service and Quality / Weighting: 36

Quality criterion - Name: Value Added / Weighting: 10

Quality criterion - Name: Supply Chain Assessment / Weighting: 14

Quality criterion - Name: Sustainability Social Value / Weighting: 10

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £2,544,000

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

Duration in months

12

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 will have the option to extend incrementally for a period up 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) Description

two.2.1) Title

Patient Weighing Scales and Measuring Devices

Lot No

Lot 4

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables
  • 33923300 - Autopsy hanging scales
  • 38311000 - Electronic scales and accessories
  • 42923000 - Weighing machinery and scales
  • 42923200 - Scales

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

Weighing scales, measures and support products - Cases, attachable/ freestanding height/rod measures, attachable printers, baby measuring mat, Hoist Attachment, Circumference measuring tape, baby scale trolley, infantometer, Head and foot positioners, adapters, software and pc interface hardware

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £1,800,000 to £2,160,000 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.2.5) 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: 10

Quality criterion - Name: Sustainability Social Value / Weighting: 10

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £8,640,000

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

Duration in months

12

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 will have the option to extend incrementally for a period up 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) Description

two.2.1) Title

Proctoscopes, Rectoscopes, Anoscopes and Sigmoidoscopes

Lot No

Lot 5

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables

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

Proctoscopes, Rectoscopes, Anoscopes, and Sigmoidoscopes including sterile and non-sterile, lubricated and non-lubricated, with and without filters, self/ non self-illuminating. Associated products should include- filters, bellows, disposable light stems, luer locks, light sources, single use autoclavable adapters for light sources

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £700,000 to £840,000 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.2.5) 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: 10

Quality criterion - Name: Sustainability Social Value / Weighting: 10

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £3,360,000

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

Duration in months

12

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 will have the option to extend incrementally for a period up 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) Description

two.2.1) Title

Dermatoscopes and Hyfrecators

Lot No

Lot 6

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables
  • 33166000 - Dermatological devices

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

Dermatoscopes and Hyfrecators with associated products including single use and reusable contact plates, handle, chargers, replacement LED bulbs and associated products including biopsy punches and curettes

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £1,200,000 to £1,440,000 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.2.5) 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: 10

Quality criterion - Name: Sustainability Social Value / Weighting: 10

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £5,760,000

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

Duration in months

12

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 will have the option to extend incrementally for a period up 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) Description

two.2.1) Title

Personal Health Monitors

Lot No

Lot 7

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables
  • 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

Pedometer, Activity wristbands, Calorie Monitor, Sleep Tracker, Portable Electrocardiograph, BMI Calculator, Pulse Stress Monitor and Portable Heart Rate Monitor. Products to aid monitoring of personal health and accessories

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £52,000 to £62,400 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.2.5) 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: 10

Quality criterion - Name: Sustainability Social Value / Weighting: 10

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £249,600

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

Duration in months

12

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 will have the option to extend incrementally for a period up 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) Description

two.2.1) Title

Movement Disorder Assessment Devices

Lot No

Lot 8

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables
  • 33661400 - Anti-Parkinson medicinal products

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 all Movement Disorder Assessment Devices.

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £100,000 to £120,000 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.2.5) 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: 10

Quality criterion - Name: Sustainability Social Value / Weighting: 10

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £480,000

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

Duration in months

12

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 will have the option to extend incrementally for a period up 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) Description

two.2.1) Title

Assessment Lights

Lot No

Lot 9

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables

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

Headlights, Examination lighting, Magnifying lamps, Binocular loupe, Accessories.

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £110,000 to £132,000 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.2.5) 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: 10

Quality criterion - Name: Sustainability Social Value / Weighting: 10

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £528,000

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

Duration in months

12

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 will have the option to extend incrementally for a period up 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) Description

two.2.1) Title

Ear Irrigation Devices

Lot No

Lot 10

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables

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

Electronic ear irrigation devices, Electronic ear irrigation starter kits, Ear micro suction pumps, Ear irrigator accessories

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £50,000 to £60,000 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.2.5) 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: 10

Quality criterion - Name: Sustainability Social Value / Weighting: 10

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £240,000

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

Duration in months

12

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 will have the option to extend incrementally for a period up 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) Description

two.2.1) Title

General Patient Assessment Products

Lot No

Lot 11

two.2.2) Additional CPV code(s)

  • 18500000 - Jewellery, watches and related articles
  • 33124100 - Diagnostic devices
  • 33140000 - Medical consumables

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

Fob watches, Tuning forks, Nasal clips, Reflex hammers, Tongue depressors, anaesthetic cold sensor, Torch examination pens (disposable /reusable), Re-usable tourniquets.

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £462,000 to £554,400 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.2.5) 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: 10

Quality criterion - Name: Sustainability Social Value / Weighting: 10

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £2,217,600

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

Duration in months

12

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 will have the option to extend incrementally for a period up 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


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.

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

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

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: 37

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 000-018143

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

Date

29 February 2024

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

1 March 2024

Local time

9:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

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_1178 - Lot 1 – Blood Pressure Monitoring

ITT_1179 - Lot 2 - Otoscopes, Retinoscopes, Ophthalmoscopes and Pupil Size and Reaction Measuring Devices

ITT_1180 - Lot 3 – Stethoscopes

ITT_1181 - Lot 4 - Patient Weighing Scales and Measuring Devices

ITT_1182 - Lot 5 - Proctoscopes, Rectoscopes, Anoscopes and Sigmoidoscopes

ITT_1183 - Lot 6 - Dermatoscopes and Hyfrecators

ITT_1184 - Lot 7 - Personal Health Monitors

ITT_1185 - Lot 8 - Movement Disorder Assessment Devices

ITT_1186 - Lot 9 - Assessment Lights

ITT_1187 - Lot 10 - Ear Irrigation Devices

ITT_1188 - Lot 11 - General Patient Assessment Products

Please note: you must respond to ITT_1176 - Patient Assessment Devices 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 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)