Opportunity

Airway Management Products and Associated Equipment

  • NHS Supply Chain Operated by DHL Supply Chain Limited acting as agent of Supply Chain Coordination Ltd (SCCL)

F02: Contract notice

Notice reference: 2023/S 000-005729

Published 27 February 2023, 3:57pm



Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain Operated by DHL Supply Chain Limited acting as agent of Supply Chain Coordination Ltd (SCCL)

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

Contact

Sophie Calpin

Email

sophie.calpin1@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-healthhttps://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:

DHL Supply Chain Limited

Foxbridge Way

Normanton

WF6 1TL

Contact

Sophie Calpin

Email

sophie.calpin1@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

Airway Management Products and Associated Equipment

two.1.2) Main CPV code

  • 33140000 - Medical consumables

two.1.3) Type of contract

Supplies

two.1.4) Short description

The scope of the Framework Agreement is for the supply of Airways Products and Associated Consumables and Accessories for the Airway Managemet of patients to ensure breathing and respiration.

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £35,000,000 to £45,000,000 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. The estimated value of the total Framework Agreement term (including any extension options) is between £140,000,000 to £180,000,000.

two.1.5) Estimated total value

Value excluding VAT: £180,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
4

Maximum number of lots that may be awarded to one tenderer: 4

two.2) Description

two.2.1) Title

Laryngoscopes, Video Laryngoscopes, Tracheal Intubation Equipment, Single Use Upper Airway Devices, Single use Bronchoscopes and Single Use Flexible Intubating Endoscopes and Related Accessories

Lot No

Lot 1

two.2.2) Additional CPV code(s)

  • 33157000 - Gas-therapy and respiratory devices
  • 33157400 - Medical breathing devices
  • 33162100 - Operating-theatre devices
  • 33171100 - Instruments for anaesthesia
  • 33172100 - Anaesthesia devices
  • 33172200 - Resuscitation devices
  • 33190000 - Miscellaneous medical devices and 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 the supply of Airway Equipment to aid tracheal intubation. These can be supplied sterile or non-sterile. Products within this Lot include Laryngoscopes, Video Laryngoscopes and Related Accessories.

two.2.5) Award criteria

Quality criterion - Name: Supply Chain Resilience / Weighting: 15

Quality criterion - Name: Sales, Service and Quality / Weighting: 13

Quality criterion - Name: Training and Education Value Add Programmes / Weighting: 12

Quality criterion - Name: Social Value / Weighting: 20

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £62,000,000

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

Duration in months

24

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.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £15,500,000 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) Description

two.2.1) Title

Endotracheal Tubes, Endobronchial Tubes and Blockers, Tracheostomy Tubes, Supraglottic Airways and Simple Airway Adjuncts

Lot No

Lot 2

two.2.2) Additional CPV code(s)

  • 33157000 - Gas-therapy and respiratory devices
  • 33157400 - Medical breathing devices
  • 33162100 - Operating-theatre devices
  • 33171100 - Instruments for anaesthesia
  • 33172100 - Anaesthesia devices
  • 33172200 - Resuscitation devices
  • 33190000 - Miscellaneous medical devices and 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 the supply of Airway Devices that provide a means of access and securement of an airway. Products within this Lot include Endotracheal Tubes, Endobronchial Tubes and Blockers, Tracheostomy Tubes, Supraglottic Airways and Simple Airway Adjuncts.

two.2.5) Award criteria

Quality criterion - Name: Supply Chain Resilience / Weighting: 15

Quality criterion - Name: Sales, Service and Quality / Weighting: 13

Quality criterion - Name: Training and Education Value Add Programmes / Weighting: 12

Quality criterion - Name: Social Value / Weighting: 20

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £60,000,000

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

Duration in months

24

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.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £15,000,000 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) Description

two.2.1) Title

Breathing Systems Circuits and Accessories

Lot No

Lot 3

two.2.2) Additional CPV code(s)

  • 33157000 - Gas-therapy and respiratory devices
  • 33157400 - Medical breathing devices
  • 33162100 - Operating-theatre devices
  • 33171100 - Instruments for anaesthesia
  • 33172100 - Anaesthesia devices
  • 33172200 - Resuscitation devices
  • 33190000 - Miscellaneous medical devices and 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 the supply of parts that make up the anaesthetic breathing systems / circuits and the critical care breathing systems / circuits. These systems attach to universal and specified anaesthetic machines, universal and specified ventilator machines as well as universal and specified flow drivers used within operating rooms, recovery, emergency and intensive care environments. These parts will include the components which make up the different breathing systems / circuits.

two.2.5) Award criteria

Quality criterion - Name: Supply Chain Resilience / Weighting: 15

Quality criterion - Name: Sales, Service and Quality / Weighting: 13

Quality criterion - Name: Training and Education Value Add Programmes / Weighting: 12

Quality criterion - Name: Social Value / Weighting: 20

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £20,000,000

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

Duration in months

24

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.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £5,000,000 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) Description

two.2.1) Title

Humidification and Filtration (HME’s, HMEF’s, Bacterial and Viral Filters)

Lot No

Lot 4

two.2.2) Additional CPV code(s)

  • 33157000 - Gas-therapy and respiratory devices
  • 33157400 - Medical breathing devices
  • 33162100 - Operating-theatre devices
  • 33171100 - Instruments for anaesthesia
  • 33172100 - Anaesthesia devices
  • 33172200 - Resuscitation devices
  • 33190000 - Miscellaneous medical devices and 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 the supply of Humidification and Filtration devices to provide warmth, moisture and filtration manually. These devices and filters do not require the need for heated humidification circuit or cold humidification circuit and are used independently. Products within this Lot include Electrostatic Filters without HME, Electrostatic Filters with HME (HMEF), Pleated / Mechanical Filters without HME, Pleated / Mechanical Filters with HME (HMEF).

two.2.5) Award criteria

Quality criterion - Name: Supply Chain Resilience / Weighting: 15

Quality criterion - Name: Sales, Service and Quality / Weighting: 13

Quality criterion - Name: Training and Education Value Add Programmes / Weighting: 12

Quality criterion - Name: Social Value / Weighting: 20

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £12,000,000

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

Duration in months

24

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.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £3,000,000 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.


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.

The Framework Agreement will be between NHS Supply Chain and the Supplier. Under the Framework Agreement there will be two different methods of supply - one for Non-Direct Contract Products and one for Direct Contract Products.

NHS Supply Chain will be entitled to purchase the supplies identified as Non-Direct Contract Products which it will then make available for purchase by 1) any NHS Trust; 2) any other NHS entity; 3) any government department, agency or other statutory body and/or 4) any private sector entity active in the UK healthcare sector.

For the supplies identified as Direct Contract Products 1) NHS Supply Chain; 2) any NHS Trust; 3) any other NHS entity; 4) any government department, agency or other statutory body and/or 5) any private sector entity active in the UK healthcare sector will be able to enter into a direct contract with the Supplier for any of the supplies under the Framework.

For Direct Contract Products the Supplier will be required to report to and pay a direct contract management fee to NHS Supply Chain as detailed in the tender documents.

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.

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

Parent company or other guarantees may be required in certain circumstances. Further details will be in the tender documents.

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

The Contracting Authority reserves the right to require groupings of entities to take a particular form, or to require one party to undertake primary legal liability or to require that each party undertakes joint and several liability.

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.1.6) 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: 2022/S 000-016888

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

Date

5 April 2023

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

6 April 2023

Local time

9:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.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_811 - Airway Management Products and Associated Equipment

ITT_812 - Lot 1 - Laryngoscopes, Video Laryngoscopes, Tracheal Intubation Equipment, Single Use Upper Airways Devices, Single use Bronchoscopes and Single Use Flexible Intubating Endoscopes and Related Accessories

ITT_813 - Lot 2 - Endotracheal Tubes, Endobronchial Tubes and Blockers, Tracheostomy Tubes, Supraglottic Airways and Simple Airway Adjuncts

ITT_814 - Lot 3 - Breathing Systems Circuits and Accessories

ITT_815 - Lot 4 - Humidification and Filtration (HME's, HMEF's, Bacterial and Viral Filters)

Please note: you must respond to IT_811 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