Tender

Medical Simulation and Training Equipment

  • North Western Universities Purchasing Consortium

F02: Contract notice

Notice identifier: 2025/S 000-003520

Procurement identifier (OCID): ocds-h6vhtk-04db29

Published 3 February 2025, 4:16pm



Section one: Contracting authority

one.1) Name and addresses

North Western Universities Purchasing Consortium

Salford Innovation Forum, Room 210, 51 Frederick Road

Salford

M6 6FP

Contact

Lisa Blackburn

Email

lisa.blackburn@nwupc.ac.uk

Telephone

+44 1618003

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

04045190

Internet address(es)

Main address

https://nwupc.ac.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/91080

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://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=89794&B=NWUPC

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=89794&B=NWUPC

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Other type

Sub-central contracting authority

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Medical Simulation and Training Equipment

Reference number

LAB3032 NW

two.1.2) Main CPV code

  • 33100000 - Medical equipments

two.1.3) Type of contract

Supplies

two.1.4) Short description

NWUPC is seeking to establish a multi-provider Framework Agreement on behalf of the members of NWUPC, NEUPC, LUPC, SUPC, APUC and HEPCW for Medical Simulation and Training Equipment.

The Framework Agreement will be split into 4 lots as follows:

Lot 1 – Simulation Manikins and Ancillary Products

Lot 2 – Clinical Task Trainers and Ancillary Products

Lot 3 – Dental Simulation Equipment and Ancillary Products

Lot 4 – Ophthalmology and Audiology Simulation Equipment and Ancillary Products

This Framework Agreement will commence on 01st August 2025 for an initial period of 24 months until 31st July 2027 with the option to extend the Agreement for 12 months until 31st July 2028 and a further 12 months until 31st July 2029 subject to satisfactory Economic Operator performance.

The following organisations have committed to this procurement, All Lots: NWUPC, NEUPC, LUPC, SUPC, APUC, HEPCW.

two.1.5) Estimated total value

Value excluding VAT: £35,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Any combination of Lots 1-4.

two.2) Description

two.2.1) Title

Simulation Manikins and Ancillary Products

Lot No

1

two.2.2) Additional CPV code(s)

  • 33100000 - Medical equipments

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1 – Simulation Manikins and Ancillary Products includes, but is not limited to, the following scope: High, mid and basic fidelity simulation manikins in a variety of ethnicities and skin tones, male and female, across a range of ages including but not limited to neonatal, infant, paediatric, adult and geriatric. To include manikins simulating disabilities and diseases. Also included are replacement materials and spare parts, ancillary products used to support the simulation experience, virtual dissection tables, associated medical simulation software including simulated electronic patient record systems. Servicing and maintenance provision is included in the scope but it is not a mandatory requirement that the Supplier is able to provide it. This list is not exhaustive.

two.2.5) Award criteria

Quality criterion - Name: Customer Requirements / Weighting: 40.00%

Price - Weighting: 60.00%

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

Start date

1 August 2025

End date

31 July 2029

This contract is subject to renewal

Yes

Description of renewals

This Framework Agreement will commence on 01st August 2025 for an initial period of 24 months until 31st July 2027 with the option to extend the Agreement for 12 months until 31st July 2028 and a further 12 months until 31st July 2029 subject to satisfactory Economic Operator performance.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

Call off by Members from the resulting framework may be conducted by institutions using

various funds including but not limited to the European Regional Development Fund (ERDF).

two.2.14) Additional information

Whilst the agreement is split into four lots as above, you only need to complete the award criteria questionnaire once within the EU Supply system irrespective of the number of lots to which you are applying, this is titled ‘Supply of Medical Simulation and Training Equipment'.

two.2) Description

two.2.1) Title

Clinical Task Trainers and Ancillary Products

Lot No

2

two.2.2) Additional CPV code(s)

  • 33100000 - Medical equipments

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 2 – Clinical Task Trainers and Ancillary Products includes, but is not limited to, the following scope: Neonatal intubation trainers, infant hip examination trainers, basic resuscitation trainers, modular skills trainers, airway management trainers, blood pressure training arms, cardiovascular and respiratory trainers, auscultation trainers, intra-venous training arms, arterial blood gas training arms, intra-venous torso trainers, intra-venous leg trainers, ultrasound procedure trainers, intraosseous trainers, maternity training kits, catheterisation trainers, bowel and enema trainers, abdominal trainers, venipuncture trainers, chest drain and needle compression trainers, surgical pelvic trainers, clinical pelvic trainers, epidural and lumbar puncture trainers, injection trainers, breast examination trainers, paracentesis trainers, in-growing toenail trainers, suture/would care pads and trainers, episiotomy repair trainers, perineal repair trainers, sphincter repair trainers, laparoscopic trainers, oral care trainers, obstetric examination trainers, nasogastric trainers, ostomy care trainers, blood glucose trainers, foot care trainers, ECG placement trainers, knot tying trainers, tendon repair trainers. Also included are skeletal and anatomical models, replacement materials and spare parts, ancillary products used to support the simulation experience, associated simulation software. Servicing, maintenance and training provision is included in the scope but it is not a mandatory requirement that the Supplier is able to provide it.

two.2.5) Award criteria

Quality criterion - Name: Customer Requirements / Weighting: 40.00%

Price - Weighting: 60.00%

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

Start date

1 August 2025

End date

31 July 2029

This contract is subject to renewal

Yes

Description of renewals

This Framework Agreement will commence on 01st August 2025 for an initial period of 24 months until 31st July 2027 with the option to extend the Agreement for 12 months until 31st July 2028 and a further 12 months until 31st July 2029 subject to satisfactory Economic Operator performance.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

Call off by Members from the resulting framework may be conducted by institutions using

various funds including but not limited to the European Regional Development Fund (ERDF).

two.2.14) Additional information

Whilst the agreement is split into four lots as above, you only need to complete the award criteria questionnaire once within the EU Supply system irrespective of the number of lots to which you are applying, this is titled ‘Supply of Medical Simulation and Training Equipment'.

two.2) Description

two.2.1) Title

Dental Simulation Equipment and Ancillary Products

Lot No

3

two.2.2) Additional CPV code(s)

  • 33130000 - Dental and subspecialty instruments and devices
  • 33141800 - Dental consumables
  • 33100000 - Medical equipments

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 3 – Dental Simulation Equipment and Ancillary Products includes, but is not limited to, the following scope: Phantom dental heads, dental task trainers, dental jaws, dental training simulators, replacement teeth, caries teeth, dental models, materials used to simulate extractions, impressions, drilling, filling and crown preparations. Supporting equipment including but not limited to hand pieces, aspiration systems and air motors. Also included are replacement materials and spare parts, ancillary products used to support the dental simulation experience, and associated simulation software. Servicing, maintenance and training provision is included in the scope but it is not a mandatory requirement that the Supplier is able to provide it. This list is not exhaustive.

two.2.5) Award criteria

Quality criterion - Name: Customer Requirements / Weighting: 40.00%

Price - Weighting: 60.00%

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

Start date

1 August 2025

End date

31 July 2029

This contract is subject to renewal

Yes

Description of renewals

This Framework Agreement will commence on 01st August 2025 for an initial period of 24 months until 31st July 2027 with the option to extend the Agreement for 12 months until 31st July 2028 and a further 12 months until 31st July 2029 subject to satisfactory Economic Operator performance.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

Call off by Members from the resulting framework may be conducted by institutions using

various funds including but not limited to the European Regional Development Fund (ERDF).

two.2.14) Additional information

Whilst the agreement is split into four lots as above, you only need to complete the award criteria questionnaire once within the EU Supply system irrespective of the number of lots to which you are applying, this is titled ‘Supply of Medical Simulation and Training Equipment'.

two.2) Description

two.2.1) Title

Ophthalmology and Audiology Simulation Equipment and Ancillary Products

Lot No

4

two.2.2) Additional CPV code(s)

  • 33122000 - Ophthalmology equipment
  • 33100000 - Medical equipments

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 4 – Ophthalmology and Audiology Simulation Equipment and Ancillary Products includes, but is not limited to, the following scope: Ear examination simulators and models, eye examination simulators and models, ophthalmology and audiology task trainers (all available in a range of skin tones), ophthalmoscopes, otoscopes, Snellen charts and Ishihara charts. Also included are replacement materials and spare parts, ancillary products used to support the ophthalmology and audiology simulation experience and associated simulation software. Servicing and maintenance provision is included in the scope but it is not a mandatory requirement that the Supplier is able to provide it. This list is not exhaustive.

two.2.5) Award criteria

Quality criterion - Name: Customer Requirements / Weighting: 40.00%

Price - Weighting: 60.00%

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

Start date

1 August 2025

End date

31 July 2029

This contract is subject to renewal

Yes

Description of renewals

This Framework Agreement will commence on 01st August 2025 for an initial period of 24 months until 31st July 2027 with the option to extend the Agreement for 12 months until 31st July 2028 and a further 12 months until 31st July 2029 subject to satisfactory Economic Operator performance.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

Call off by Members from the resulting framework may be conducted by institutions using

various funds including but not limited to the European Regional Development Fund (ERDF).

two.2.14) Additional information

Whilst the agreement is split into four lots as above, you only need to complete the award criteria questionnaire once within the EU Supply system irrespective of the number of lots to which you are applying, this is titled ‘Supply of Medical Simulation and Training Equipment'.


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


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: 100

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

Date

4 April 2025

Local time

1:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

4 April 2025

Local time

2:00pm


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.3) Additional information

The following organisations have committed to this procurement and intend to utilise the Framework Agreement as soon as possible after award:

NWUPC:https://www.nwupc.ac.uk/members/

APUC:http://www.apuc-scot.ac.uk/#!/members

HEPCW:https://www.hepcw.ac.uk/members/

LUPC:https://www.lupc.ac.uk/member-list

NEUPC:http://www.neupc.ac.uk/our-members

SUPC:https://www.supc.ac.uk/about-us/our-members/our-members

At some point during the life of the Framework Agreement the current members of the following may wish to utilise the Agreement and should have access at any point with the permission of NWUPC. This Agreement is not intended to replace any current Agreements that either participating or non-participating Institutions may already have in place. A list of the current members is available as follows:

Central Government Departments, Local Government and Public Corporations that can be accessed at the Public Sector Classification Guide

https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide

https://www.gov.uk/government/organisations

Local Authorities

https://www.gov.uk/find-local-council

https://www.local.gov.uk

NDPBs

https://www.gov.uk/government/organisations

National Parks Authorities

https://www.nationalparks.uk/

Police Forces in the United Kingdom

http://www.police.uk/?view=force_sites

Fire and Rescue Services in the United Kingdom

https://www.nationalfirechiefs.org.uk/fire-and-rescue-services

NHS Bodies England

https://www.england.nhs.uk/publication/nhs-provider-directory/

Hospices in the UK

https://www.hospiceuk.org/hospice-care-finder

Registered Social Landlords (Housing Associations)

https://www.gov.uk/government/publications/registered-providers-of-social-housing

Third Sector and Charities in the United Kingdom

https://www.gov.uk/government/organisations/charity-commission

http://www.oscr.org.uk

Citizens Advice in the United Kingdom

http://www.citizensadvice.org.uk/index/getadvice.htm

www.cas.org.uk

Scottish Police

http://www.scotland.police.uk

Scotland’s NHS National Procurement and its members

https://www.nss.nhs.scot/departments/national-procurement-and-logistics/

NI Public Bodies

Northern Ireland Government Departments

https://www.northernireland.gov.uk/topics/your-executive/government-departments

https://www.nidirect.gov.uk/contacts/government-departments-in-northern-ireland

Northern Ireland Public Sector Bodies and Local Authorities

https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies

Schools and Universities in Northern Ireland

https://www.education-ni.gov.uk/

Health and Social care in Northern Ireland

http://online.hscni.net

Northern Ireland Housing Associations

https://www.nidirect.gov.uk/contacts/housing-associations

Police Service of Northern Ireland

https://www.psni.police.uk

six.4) Procedures for review

six.4.1) Review body

NWUPC Ltd

Salford Innovation Forum, Room 210, 51 Frederick Road

Salford

M6 6FP

Email

procurement@nwupc.ac.uk

Country

United Kingdom