Tender

https://www.gov.uk/government/organisations/department-of-health

  • NHS Supply Chain

F02: Contract notice

Notice identifier: 2025/S 000-004043

Procurement identifier (OCID): ocds-h6vhtk-04b4b0

Published 6 February 2025, 4:31pm



The closing date and time has been changed to:

17 March 2025, 3:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

Contact

Callie Barry

Email

callie.barry2@supplychain.nhs.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-of-health

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 the above-mentioned address

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

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

https://www.gov.uk/government/organisations/department-of-health

two.1.2) Main CPV code

  • 33140000 - Medical consumables

two.1.3) Type of contract

Supplies

two.1.4) Short description

NHS Supply Chain seeks to establish a Framework Agreement for the supply of Insulin Pumps, Continuous Glucose Monitoring, Products Contributing to the Delivery of Hybrid Closed Loop Pathways and Associated Products.

This includes but not limited to tethered and patch insulin pumps, continuous glucose monitoring devices, products that contribute to the functionality of hybrid closed loop insulin delivery systems, and consumables.

Precise quantities are unknown. It is anticipated in the first year that spend will be approximately £215,015,000 - £245,017,000 GBP (Excluding VAT), however this is approximate only and may vary depending on requirements of bodies purchasing under the Framework.

Estimated total value over the 4 year agreement is approximately £960,000,000 to £1,067,000,000 Excluding VAT.

Please note it is expected that the yearly spend for years 2 , 3 and 4 of the Framework Agreement will rise significantly.

Following the National Institute for Health and Care Excellence (NICE) Technology Appraisal TA943 Overview | Hybrid closed loop systems for managing blood glucose levels in type 1 diabetes | Guidance | NICE published 19th December 2023 and the NHS England Implementation Plan

https://www.england.nhs.uk/long-read/hybrid-closed-loop-technologies-5-yearimplementation-strategy/

two.1.5) Estimated total value

Value excluding VAT: £1,067,000,000

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

Insulin Pumps

Lot No

1

two.2.2) Additional CPV code(s)

  • 33194000 - Devices and instruments for transfusion and infusion
  • 33194110 - Infusion pumps
  • 33194120 - Infusion supplies

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot aims to offer Patch Insulin Pumps and Tethered Insulin Pumps and associated consumables or accessories.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £620,000,000

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

Duration in months

18

This contract is subject to renewal

Yes

Description of renewals

Option to extend up to a period of 48 Months

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: No

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £140,000,000 to £150,000,000 Excluding VAT in the first year. These are approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

two.2) Description

two.2.1) Title

Continuous Glucose Monitors

Lot No

2

two.2.2) Additional CPV code(s)

  • 33194000 - Devices and instruments for transfusion and infusion
  • 33194110 - Infusion pumps
  • 33194120 - Infusion supplies

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot aims to offer Continuous Glucose Monitors and associated consumables or accessories.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £446,932,000

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

Duration in months

18

This contract is subject to renewal

Yes

Description of renewals

Option to extend up to a maximum of 48 months

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: No

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £75,000,000 to £95,000,000 in the first year. These are approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement. It is expected that the yearly spend for years 2 , 3 and 4 of the Framework Agreement will rise significantly.

two.2) Description

two.2.1) Title

Software and Diabetes Management Systems

Lot No

3

two.2.2) Additional CPV code(s)

  • 33194000 - Devices and instruments for transfusion and infusion
  • 33194110 - Infusion pumps
  • 48100000 - Industry specific software package

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Applications and/or software that contributes to the functionality of a closed loop insulin delivery system. Products that connect with blood glucose sensors and insulin pumps to automatically increase, decrease, or stop the delivery of insulin in response to the glucose levels of people with diabetes.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £68,000

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

Duration in months

18

This contract is subject to renewal

Yes

Description of renewals

Option to extend for a maximum duration of 48 months

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: No

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £15,000 - £17,000 in the first year. These are approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.


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 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.

Under this Framework Agreement, there will be one method for supply – Direct Contract Goods.

For the Goods identified as Direct Contract Goods 1) NHS Supply Chain; 2) any NHS Trust; 3) any other NHS entity; 4) any government department, agency or other statutory body (for the avoidance of doubt including local authorities) and/or 5) any private sector entity active in the UK healthcare sector will be able to enter into a direct contract with the successful supplier for any of the Goods under the Framework Agreement.

Direct contracts placed under the Framework Agreement by parties other than NHS Supply Chain are between the party and the supplier, NHS Supply Chain will not be a party to those contracts.

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.

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 nonexclusive 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.

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

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: 2024/S 000-036099

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

Originally published as:

Date

10 March 2025

Local time

3:00pm

Changed to:

Date

17 March 2025

Local time

3:00pm

See the change notice.

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

four.2.7) Conditions for opening of tenders

Date

11 March 2025

Local time

9:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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// Procurement portal.

2. If not yet registered: to access the NHS Supply Chain

— 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:

Lot 1 - ITT_1636

Lot 2 - ITT_1637

Lot 3 - ITT_1638

Please note: you must respond to ITT_1635 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

NHS Supply Chain

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

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)