- Scope of the procurement
- Lot 1. Blood Pressure Monitoring
- Lot 2. Otoscopes, Retinoscopes, Ophthalmoscopes and Pupil Size and Reaction Measuring Devices
- Lot 3. Stethoscopes
- Lot 4. Patient Weighing Scales and Measuring Devices
- Lot 5. Proctoscopes, Rectoscopes, Anoscopes and Sigmoidoscopes
- Lot 6. Dermatoscopes and Hyfrecators
- Lot 7. Personal Health Monitors
- Lot 8. Movement Disorder Assessment Devices
- Lot 9. Assessment Lights
- Lot 10. Ear Irrigation Devices
- Lot 11. General Patient Assessment Products
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
laszlo.jakab1@supplychain.nhs.uk
Country
United Kingdom
Region 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
laszlo.jakab1@supplychain.nhs.uk
Country
United Kingdom
Region 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)