- Scope of the procurement
- Lot 1. CT Scanners and associated options and related Services
- Lot 2. MRI scanners and associated options and related Services
- Lot 3. Nuclear Medicine Imaging and associated options and related Services
- Lot 4. Fluoroscopy and associated options and related Services
- Lot 5. Mobile Image Intensifiers and associated options and related Services
- Lot 6. Mobile X-Ray Systems and associated options and related Services
- Lot 7. Static X-Ray Systems and associated options and related Services
- Lot 8. Contrast Injectors, consumables and associated options and related Services
- Lot 9. Lithotripsy and associated options and related services
- Lot 10. DEXA Scanners and associated options and related Services
- Lot 11. Ultrasound Scanners and associated options and related Services
- Lot 12. Mammography Imaging Systems and associated options and related Services
- Lot 13. Specimen cabinets and associated options and related Services
- Lot 14. Bladder Scanners and associated options and related Services
- Lot 15. Radiotherapy Treatment Systems and associated options and related Services
- Lot 16. Radiotherapy IT solutions and associated options and related Services
- Lot 17. Radiotherapy Ancillary Devices including Dosimetry, Patient Positioning and Quality Assurance Devices
- Lot 18. Brachytherapy Seeds and associated accessories & related Services
- Lot 19. Surgical Navigation Systems, accessories and associated options and related Services
- Lot 20. Flexible Endoscopes and associated options and related Services
- Lot 21. Ear, Nose and Throat (ENT) Endoscopes and associated options and related Services
- Lot 22 – Rigid Endoscopes and associated options and related Services
Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain
Skipton House, 80 London Road
London
SE1 6LH
Contact
Colette Clegg
Lindsey.Ward@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:
DHL Supply Chain Limited
Foxbridge Way
Normanton
WF6 1TL
Contact
Colette Clegg
colette.clegg@supplychain.nhs.uk
Telephone
+44 7870897137
Country
United Kingdom
NUTS code
UKE45 - Wakefield
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
Imaging, Radiotherapy and Endoscopy Equipment, Ancillary Devices and Associated Goods and Services
two.1.2) Main CPV code
- 33100000 - Medical equipments
two.1.3) Type of contract
Supplies
two.1.4) Short description
NHS Supply Chain seeks to establish a non-exclusive Framework Agreement, for supply of the Goods and Services outlined below, to the NHS Supply Chain customer base. This will be principally via the Direct and E-direct Routes of Supply. However, NHS Supply Chain may use any of the Non-direct Routes of Supply described in the Framework Agreement to purchase Goods and Services.
NHS Supply Chain intends to launch a national Framework Agreement for the Supply of Imaging, Radiotherapy and Endoscopy Equipment, Ancillary Devices and Associated Goods and Services.
This Framework Agreement will also include the option to Supply equipment used in a research setting upon customer request. The minimum requirements set out within Appendix 3 Framework Agreement Specification will be applicable. Due to the bespoke nature of the research equipment the customer will set any additional requirements per request.
The Framework Agreement will be divided into 22 Lots. For brief details of the Goods and Services to be made available under each Lot, please review the table section below entitled “Lots” and individual Lot specifications at Appendix 3 Framework Agreement Specification. There is also further detail about some types of “associated services” that may be made available under the Framework Agreement – in conjunction with equipment – at the table section below entitled “Associated Services” and in Appendix 7.
two.1.5) Estimated total value
Value excluding VAT: £3,720,500,000
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: 22
two.2) Description
two.2.1) Title
CT Scanners and associated options and related Services
Lot No
1
two.2.2) Additional CPV code(s)
- 33115100 - CT scanners
- 33115200 - CAT scanners
- 44211100 - Modular and portable buildings
- 45200000 - Works for complete or part construction and civil engineering work
- 48180000 - Medical software package
- 50400000 - Repair and maintenance services of medical and precision equipment
- 71541000 - Construction project management services
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
Computer tomography (CT) scanners and all associated options related to the equipment. This Lot will also cover the provision of related Services
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 10%
Quality criterion - Name: Support / Weighting: 15%
Quality criterion - Name: Training / Weighting: 23%
Quality criterion - Name: Warranty / Weighting: 12%
Cost criterion - Name: Financial Evaluation / Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £430,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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 total of 72 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
It is anticipated that in the initial term of 24 months of the Framework Agreement the value of purchases will be circa £143,333,333 however this is approximate only. For the full 72 month term (if extended) the anticipated value is circa £430,000,000. The figures for the total estimated value are based on initial expenditure and include a forecast for growth.
two.2) Description
two.2.1) Title
MRI scanners and associated options and related Services
Lot No
2
two.2.2) Additional CPV code(s)
- 33111610 - Magnetic resonance unit
- 33113000 - Magnetic resonance imaging equipment
- 33113100 - Magnetic resonance scanners
- 44211100 - Modular and portable buildings
- 45200000 - Works for complete or part construction and civil engineering work
- 48180000 - Medical software package
- 50400000 - Repair and maintenance services of medical and precision equipment
- 71541000 - Construction project management services
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
Magnetic Resonance Imaging (MRI) scanners and all associated options related to the equipment. This Lot will also cover the provision of related services.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 20%
Quality criterion - Name: Support / Weighting: 13%
Quality criterion - Name: Training / Weighting: 16%
Quality criterion - Name: Warranty / Weighting: 11%
Cost criterion - Name: Financial Evaluation / Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £450,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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 total of 72 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
It is anticipated that in the initial term of 24 months of the Framework Agreement the value of purchases will be circa £150,000,000 however this is approximate only. For the full 72 month term (if extended) the anticipated value is circa £450,000,000. The figures for the total estimated value are based on initial expenditure and include a forecast for growth.
two.2) Description
two.2.1) Title
Nuclear Medicine Imaging and associated options and related Services
Lot No
3
two.2.2) Additional CPV code(s)
- 33113110 - Nuclear magnetic resonance scanners
- 33151100 - Gamma therapy devices
- 44211100 - Modular and portable buildings
- 45200000 - Works for complete or part construction and civil engineering work
- 48180000 - Medical software package
- 50400000 - Repair and maintenance services of medical and precision equipment
- 71541000 - Construction project management services
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
Nuclear Medicine Imaging Systems and all associated options related to the equipment. This includes Positron Emission Tomography Computed Tomography (PET CT) and Positron Emission Tomography Magnetic Resonance Imaging (PET MRI), the specific IT solutions related to the equipment and all associated options. This Lot will also cover the provision of related Services.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 15%
Quality criterion - Name: Support / Weighting: 15%
Quality criterion - Name: Training / Weighting: 25%
Quality criterion - Name: Warranty / Weighting: 15%
Cost criterion - Name: Financial Evaluation / Weighting: 30%
two.2.6) Estimated value
Value excluding VAT: £120,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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 total of 72 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
It is anticipated that in the initial term of 24 months of the Framework Agreement the value of purchases will be circa £40,000,000 however this is approximate only. For the full 72 month term (if extended) the anticipated value is circa £120,000,000. The figures for the total estimated value are based on initial expenditure and include a forecast for growth.
two.2) Description
two.2.1) Title
Fluoroscopy and associated options and related Services
Lot No
4
two.2.2) Additional CPV code(s)
- 33111400 - X-ray fluoroscopy devices
- 33111700 - Angiography room
- 33111721 - Digital angiography devices
- 33182400 - Cardiac X-ray system
- 44211100 - Modular and portable buildings
- 45200000 - Works for complete or part construction and civil engineering work
- 48180000 - Medical software package
- 50400000 - Repair and maintenance services of medical and precision equipment
- 71541000 - Construction project management services
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
Fluoroscopy Systems and all associated options related to Imaging equipment. This Lot will also cover the provision of related Services.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 21%
Quality criterion - Name: Training / Weighting: 16.5%
Quality criterion - Name: Warranty / Weighting: 9.5%
Quality criterion - Name: Support / Weighting: 13%
Cost criterion - Name: Financial Evaluation / Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £35,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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 total of 72 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
It is anticipated that in the initial term of 24 months of the Framework Agreement the value of purchases will be circa £11,666,666 however this is approximate only. For the full 72 month term (if extended) the anticipated value is circa £35,000,000. The figures for the total estimated value are based on initial expenditure and include a forecast for growth.
two.2) Description
two.2.1) Title
Mobile Image Intensifiers and associated options and related Services
Lot No
5
two.2.2) Additional CPV code(s)
- 33111000 - X-ray devices
- 33111800 - Diagnostic X-ray system
- 44211100 - Modular and portable buildings
- 45200000 - Works for complete or part construction and civil engineering work
- 48180000 - Medical software package
- 50400000 - Repair and maintenance services of medical and precision equipment
- 71541000 - Construction project management services
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
Mobile Image Intensifiers (MII) including flat panel detector and mini C-Arm Systems and all associated options related to Imaging equipment. This Lot will also cover the provision of related Services.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 20%
Quality criterion - Name: Support / Weighting: 11%
Quality criterion - Name: Training / Weighting: 15%
Quality criterion - Name: Warranty / Weighting: 24%
Cost criterion - Name: Financial Evaluation / Weighting: 30%
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
72
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 total of 72 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
It is anticipated that in the initial term of 24 months of the Framework Agreement the value of purchases will be circa £20,000,000 however this is approximate only. For the full 72 month term (if extended) the anticipated value is circa £60,000,000. The figures for the total estimated value are based on initial expenditure and include a forecast for growth.
two.2) Description
two.2.1) Title
Mobile X-Ray Systems and associated options and related Services
Lot No
6
two.2.2) Additional CPV code(s)
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 33111000 - X-ray devices
- 44211100 - Modular and portable buildings
- 45200000 - Works for complete or part construction and civil engineering work
- 48180000 - Medical software package
- 50400000 - Repair and maintenance services of medical and precision equipment
- 71541000 - Construction project management services
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
Mobile X-Ray Systems and all associated options related to Imaging equipment. This Lot will also cover the provision of related Services.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 16%
Quality criterion - Name: Training / Weighting: 4%
Quality criterion - Name: Warranty / Weighting: 13%
Quality criterion - Name: Support / Weighting: 7%
Cost criterion - Name: Financial Evaluation / Weighting: 60%
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
72
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 total of 72 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
It is anticipated that in the initial term of 24 months of the Framework Agreement the value of purchases will be circa £20,000,000 however this is approximate only. For the full 72 month term (if extended) the anticipated value is circa £60,000,000. The figures for the total estimated value are based on initial expenditure and include a forecast for growth.
two.2) Description
two.2.1) Title
Static X-Ray Systems and associated options and related Services
Lot No
7
two.2.2) Additional CPV code(s)
- 33111000 - X-ray devices
- 33111100 - X-ray table
- 33111800 - Diagnostic X-ray system
- 44211100 - Modular and portable buildings
- 45200000 - Works for complete or part construction and civil engineering work
- 48180000 - Medical software package
- 50400000 - Repair and maintenance services of medical and precision equipment
- 71541000 - Construction project management services
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
Static X-Ray Radiography Systems and all associated options related to Imaging equipment. This Lot will also cover the provision of related Services.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 13%
Quality criterion - Name: Training / Weighting: 15%
Quality criterion - Name: Warranty / Weighting: 19%
Quality criterion - Name: Support / Weighting: 13%
Cost criterion - Name: Financial Evaluation / Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £100,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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 total of 72 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
It is anticipated that in the initial term of 24 months of the Framework Agreement the value of purchases will be circa £33,333,333 however this is approximate only. For the full 72 month term (if extended) the anticipated value is circa £100,000,000. The figures for the total estimated value are based on initial expenditure and include a forecast for growth.
two.2) Description
two.2.1) Title
Contrast Injectors, consumables and associated options and related Services
Lot No
8
two.2.2) Additional CPV code(s)
- 33110000 - Imaging equipment for medical, dental and veterinary use
- 33140000 - Medical consumables
- 33141310 - Syringes
- 44211100 - Modular and portable buildings
- 45200000 - Works for complete or part construction and civil engineering work
- 48180000 - Medical software package
- 50400000 - Repair and maintenance services of medical and precision equipment
- 71541000 - Construction project management services
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
Contrast Injectors for use with Magnetic Resonance Imaging (MRI), Computed Tomography (CT), Angiography, Cardiovascular, Positron Emission Tomography Computed Tomography (PET CT) Systems, all associated options linked to this equipment and Contrast Injector consumables for use with the full range of Contrast Injectors. This Lot will also cover the provision of related Services.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 34%
Quality criterion - Name: Training / Weighting: 9%
Quality criterion - Name: Warranty / Weighting: 11%
Quality criterion - Name: Support / Weighting: 6%
Cost criterion - Name: Financial Evaluation / 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
72
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 total of 72 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
It is anticipated that in the initial term of 24 months of the Framework Agreement the value of purchases will be circa £20,000,000 however this is approximate only. For the full 72 month term (if extended) the anticipated value is circa £60,000,000. The figures for the total estimated value are based on initial expenditure and include a forecast for growth.
two.2) Description
two.2.1) Title
Lithotripsy and associated options and related services
Lot No
9
two.2.2) Additional CPV code(s)
- 33153000 - Lithotripter
- 44211100 - Modular and portable buildings
- 45200000 - Works for complete or part construction and civil engineering work
- 48180000 - Medical software package
- 50400000 - Repair and maintenance services of medical and precision equipment
- 71541000 - Construction project management services
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
Lithotripters and all associated options related to this equipment. This Lot will also cover the provision of related Services.
two.2.5) Award criteria
Quality criterion - Name: Supply / Weighting: 25%
Quality criterion - Name: Technical / Weighting: 20%
Quality criterion - Name: Training / Weighting: 15%
Quality criterion - Name: Warranty / Weighting: 10%
Cost criterion - Name: Financial Evaluation / Weighting: 30%
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
72
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 total of 72 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
It is anticipated that in the initial term of 24 months of the Framework Agreement the value of purchases will be circa £4,000,000 however this is approximate only. For the full 72 month term (if extended) the anticipated value is circa £12,000,000. The figures for the total estimated value are based on initial expenditure and include a forecast for growth.
two.2) Description
two.2.1) Title
DEXA Scanners and associated options and related Services
Lot No
10
two.2.2) Additional CPV code(s)
- 33111660 - Bone densitometers
- 44211100 - Modular and portable buildings
- 45200000 - Works for complete or part construction and civil engineering work
- 48180000 - Medical software package
- 50400000 - Repair and maintenance services of medical and precision equipment
- 71541000 - Construction project management services
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
Dual Energy X-Ray Absorptiometry (DEXA) Scanners including full body, peripheral/portable and all associated options related to Imaging equipment. This Lot will also cover the provision of related Services.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 45%
Quality criterion - Name: Training / Weighting: 6%
Quality criterion - Name: Warranty / Weighting: 11%
Quality criterion - Name: Support / Weighting: 8%
Cost criterion - Name: Financial Evaluation / Weighting: 30%
two.2.6) Estimated value
Value excluding VAT: £16,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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 total of 72 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
It is anticipated that in the initial term of 24 months of the Framework Agreement the value of purchases will be circa £5,333,333 however this is approximate only. For the full 72 month term (if extended) the anticipated value is circa £16,000,000. The figures for the total estimated value are based on initial expenditure and include a forecast for growth.
two.2) Description
two.2.1) Title
Ultrasound Scanners and associated options and related Services
Lot No
11
two.2.2) Additional CPV code(s)
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 33111000 - X-ray devices
- 44211100 - Modular and portable buildings
- 45200000 - Works for complete or part construction and civil engineering work
- 48180000 - Medical software package
- 50400000 - Repair and maintenance services of medical and precision equipment
- 71541000 - Construction project management services
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
Ultrasound scanning Systems and all associated devices and options linked to this equipment. This Lot will also cover the provision of related Services.
two.2.5) Award criteria
Quality criterion - Name: Support / Weighting: 15%
Quality criterion - Name: Technical / Weighting: 20%
Quality criterion - Name: Training / Weighting: 15%
Quality criterion - Name: Warranty / Weighting: 20%
Cost criterion - Name: Financial Evaluation / Weighting: 30%
two.2.6) Estimated value
Value excluding VAT: £650,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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 total of 72 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
It is anticipated that in the initial term of 24 months of the Framework Agreement the value of purchases will be circa £216,666,666 however this is approximate only. For the full 72 month term (if extended) the anticipated value is circa £650,000,000. The figures for the total estimated value are based on initial expenditure and include a forecast for growth.
two.2) Description
two.2.1) Title
Mammography Imaging Systems and associated options and related Services
Lot No
12
two.2.2) Additional CPV code(s)
- 33111650 - Mammography devices
- 44211100 - Modular and portable buildings
- 45200000 - Works for complete or part construction and civil engineering work
- 48180000 - Medical software package
- 50400000 - Repair and maintenance services of medical and precision equipment
- 71541000 - Construction project management services
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
Mammography Imaging Systems and all associated options related to this equipment. This Lot will also cover the provision of related Services.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 20%
Quality criterion - Name: Training / Weighting: 20%
Quality criterion - Name: Warranty / Weighting: 20%
Quality criterion - Name: Support / Weighting: 10%
Cost criterion - Name: Financial Evaluation / Weighting: 30%
two.2.6) Estimated value
Value excluding VAT: £250,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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 total of 72 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
It is anticipated that in the initial term of 24 months of the Framework Agreement the value of purchases will be circa £83,333,333 however this is approximate only. For the full 72 month term (if extended) the anticipated value is circa £250,000,000. The figures for the total estimated value are based on initial expenditure and include a forecast for growth.
two.2) Description
two.2.1) Title
Specimen cabinets and associated options and related Services
Lot No
13
two.2.2) Additional CPV code(s)
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 44211100 - Modular and portable buildings
- 45200000 - Works for complete or part construction and civil engineering work
- 48180000 - Medical software package
- 50400000 - Repair and maintenance services of medical and precision equipment
- 71541000 - Construction project management services
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
Specimen cabinets and associated options for the storing of samples and biopsies. This Lot will also cover the provision of related Services.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 22%
Quality criterion - Name: Training / Weighting: 28%
Quality criterion - Name: Warranty / Weighting: 14%
Quality criterion - Name: Support / Weighting: 6%
Cost criterion - Name: Financial Evaluation / Weighting: 30%
two.2.6) Estimated value
Value excluding VAT: £16,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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 total of 72 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
It is anticipated that in the initial term of 24 months of the Framework Agreement the value of purchases will be circa £5,500,000 however this is approximate only. For the full 72 month term (if extended) the anticipated value is circa £16,500,000. The figures for the total estimated value are based on initial expenditure and include a forecast for growth.
two.2) Description
two.2.1) Title
Bladder Scanners and associated options and related Services
Lot No
14
two.2.2) Additional CPV code(s)
- 33124110 - Diagnostic systems
- 33125000 - Urology, exploration devices
- 44211100 - Modular and portable buildings
- 45200000 - Works for complete or part construction and civil engineering work
- 48180000 - Medical software package
- 50400000 - Repair and maintenance services of medical and precision equipment
- 71541000 - Construction project management services
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
Bladder scanners and all associated options related to the equipment. This Lot will also cover the provision of related Services.
two.2.5) Award criteria
Quality criterion - Name: Support / Weighting: 20%
Quality criterion - Name: Technical / Weighting: 30%
Quality criterion - Name: Training / Weighting: 10%
Quality criterion - Name: Warranty / Weighting: 10%
Cost criterion - Name: Financial Evaluation / Weighting: 30%
two.2.6) Estimated value
Value excluding VAT: £45,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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 total of 72 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
It is anticipated that in the initial term of 24 months of the Framework Agreement the value of purchases will be circa £15,000,000 however this is approximate only. For the full 72 month term (if extended) the anticipated value is circa £45,000,000. The figures for the total estimated value are based on initial expenditure and include a forecast for growth.
two.2) Description
two.2.1) Title
Radiotherapy Treatment Systems and associated options and related Services
Lot No
15
two.2.2) Additional CPV code(s)
- 33150000 - Radiotherapy, mechanotherapy, electrotherapy and physical therapy devices
- 33151000 - Radiotherapy devices and supplies
- 44211100 - Modular and portable buildings
- 45200000 - Works for complete or part construction and civil engineering work
- 48180000 - Medical software package
- 50400000 - Repair and maintenance services of medical and precision equipment
- 71541000 - Construction project management services
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
Radiotherapy treatment systems including linear accelerators, image guided IMRT systems with treatment planning, brachytherapy, superficial X-Ray and unique oncology systems and all associated options related to this equipment. This Lot will also cover the provision of related Services.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 18%
Quality criterion - Name: Training / Weighting: 22%
Quality criterion - Name: Warranty / Weighting: 20%
Quality criterion - Name: Support / Weighting: 10%
Cost criterion - Name: Financial Evaluation / Weighting: 30%
two.2.6) Estimated value
Value excluding VAT: £500,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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 total of 72 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
It is anticipated that in the initial term of 24 months of the Framework Agreement the value of purchases will be circa £166,666,666 however this is approximate only. For the full 72 month term (if extended) the anticipated value is circa £500,000,000. The figures for the total estimated value are based on initial expenditure and include a forecast for growth.
two.2) Description
two.2.1) Title
Radiotherapy IT solutions and associated options and related Services
Lot No
16
two.2.2) Additional CPV code(s)
- 33120000 - Recording systems and exploration devices
- 33150000 - Radiotherapy, mechanotherapy, electrotherapy and physical therapy devices
- 33151000 - Radiotherapy devices and supplies
- 33158210 - Stimulator
- 44211100 - Modular and portable buildings
- 45200000 - Works for complete or part construction and civil engineering work
- 48180000 - Medical software package
- 50400000 - Repair and maintenance services of medical and precision equipment
- 71541000 - Construction project management services
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
Radiotherapy IT solutions including record and verify, treatment planning and simulation software and systems and all associated options. This Lot will also cover the provision of related Services.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 18%
Quality criterion - Name: Training / Weighting: 22%
Quality criterion - Name: Warranty / Weighting: 20%
Quality criterion - Name: Support / Weighting: 10%
Cost criterion - Name: Financial Evaluation / Weighting: 30%
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
72
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 total of 72 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
It is anticipated that in the initial term of 24 months of the Framework Agreement the value of purchases will be circa £20,000,000 however this is approximate only. For the full 72 month term (if extended) the anticipated value is circa £60,000,000. The figures for the total estimated value are based on initial expenditure and include a forecast for growth.
two.2) Description
two.2.1) Title
Radiotherapy Ancillary Devices including Dosimetry, Patient Positioning and Quality Assurance Devices
Lot No
17
two.2.2) Additional CPV code(s)
- 33150000 - Radiotherapy, mechanotherapy, electrotherapy and physical therapy devices
- 33151000 - Radiotherapy devices and supplies
- 33151400 - Radiotherapy supplies
- 38341200 - Radiation dosimeters
- 38500000 - Checking and testing apparatus
- 44211100 - Modular and portable buildings
- 45200000 - Works for complete or part construction and civil engineering work
- 48180000 - Medical software package
- 50400000 - Repair and maintenance services of medical and precision equipment
- 71541000 - Construction project management services
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
Radiotherapy Ancillary Devices including positioning aids, quality assurance (QA) and dosimeter devices and all associated options. This Lot will also cover the provision of related Services
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 22%
Quality criterion - Name: Training / Weighting: 16%
Quality criterion - Name: Support / Weighting: 32%
Cost criterion - Name: Financial Evaluation / Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £30,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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 total of 72 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
It is anticipated that in the initial term of 24 months of the Framework Agreement the value of purchases will be circa £10,000,000 however this is approximate only. For the full 72 month term (if extended) the anticipated value is circa £30,000,000. The figures for the total estimated value are based on initial expenditure and include a forecast for growth.
two.2) Description
two.2.1) Title
Brachytherapy Seeds and associated accessories & related Services
Lot No
18
two.2.2) Additional CPV code(s)
- 33112300 - Ultrasound scanners
- 33151000 - Radiotherapy devices and supplies
- 33151400 - Radiotherapy supplies
- 44211100 - Modular and portable buildings
- 45200000 - Works for complete or part construction and civil engineering work
- 48180000 - Medical software package
- 50400000 - Repair and maintenance services of medical and precision equipment
- 71541000 - Construction project management services
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
Permanent Brachytherapy Seeds and associated accessories. This Lot will also cover the provision of related Services.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 25%
Quality criterion - Name: Training / Weighting: 25%
Cost criterion - Name: Financial Evaluation / Weighting: 50%
two.2.6) Estimated value
Value excluding VAT: £6,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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 total of 72 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
It is anticipated that in the initial term of 24 months of the Framework Agreement the value of purchases will be circa £2,000,000 however this is approximate only. For the full 72 month term (if extended) the anticipated value is circa £6,000,000. The figures for the total estimated value are based on initial expenditure and include a forecast for growth.
two.2) Description
two.2.1) Title
Surgical Navigation Systems, accessories and associated options and related Services
Lot No
19
two.2.2) Additional CPV code(s)
- 33169500 - Surgical tracking and tracing systems
- 44211100 - Modular and portable buildings
- 45200000 - Works for complete or part construction and civil engineering work
- 48180000 - Medical software package
- 50400000 - Repair and maintenance services of medical and precision equipment
- 71541000 - Construction project management services
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
Surgical Navigation Systems, accessories and associated options with this equipment for use in surgery. This Lot will also cover the provision of related Services.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 10%
Quality criterion - Name: Training / Weighting: 17%
Quality criterion - Name: Warranty / Weighting: 20%
Quality criterion - Name: Support / Weighting: 23%
Cost criterion - Name: Financial Evaluation / Weighting: 30%
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
72
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 total of 72 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
It is anticipated that in the initial term of 24 months of the Framework Agreement the value of purchases will be circa £20,000,000 however this is approximate only. For the full 72 month term (if extended) the anticipated value is circa £60,000,000. The figures for the total estimated value are based on initial expenditure and include a forecast for growth.
two.2) Description
two.2.1) Title
Flexible Endoscopes and associated options and related Services
Lot No
20
two.2.2) Additional CPV code(s)
- 33168000 - Endoscopy, endosurgery devices
- 33168100 - Endoscopes
- 44211100 - Modular and portable buildings
- 45200000 - Works for complete or part construction and civil engineering work
- 48180000 - Medical software package
- 50400000 - Repair and maintenance services of medical and precision equipment
- 71541000 - Construction project management services
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
Flexible Endoscopes and all associated devices and options linked to this equipment. This Lot will also cover the provision of related Services.
two.2.5) Award criteria
Quality criterion - Name: Supply / Weighting: 8%
Quality criterion - Name: Training / Weighting: 13%
Quality criterion - Name: Warranty / Weighting: 27%
Quality criterion - Name: Service / Weighting: 12%
Cost criterion - Name: Financial Evaluation / Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £450,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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 total of 72 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
It is anticipated that in the initial term of 24 months of the Framework Agreement the value of purchases will be circa £150,000,000 however this is approximate only. For the full 72 month term (if extended) the anticipated value is circa £450,000,000. The figures for the total estimated value are based on initial expenditure and include a forecast for growth.
two.2) Description
two.2.1) Title
Ear, Nose and Throat (ENT) Endoscopes and associated options and related Services
Lot No
21
two.2.2) Additional CPV code(s)
- 33168000 - Endoscopy, endosurgery devices
- 33168100 - Endoscopes
- 44211100 - Modular and portable buildings
- 45200000 - Works for complete or part construction and civil engineering work
- 48180000 - Medical software package
- 50400000 - Repair and maintenance services of medical and precision equipment
- 71541000 - Construction project management services
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
ENT Endoscopes and all associated devices and options linked to this equipment. This Lot will also cover the provision of related Services.
two.2.5) Award criteria
Quality criterion - Name: Supply / Weighting: 6%
Quality criterion - Name: Training / Weighting: 11%
Quality criterion - Name: Warranty / Weighting: 26.5%
Quality criterion - Name: Support / Weighting: 6.5%
Cost criterion - Name: Financial Evaluation / Weighting: 50%
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
72
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 total of 72 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
It is anticipated that in the initial term of 24 months of the Framework Agreement the value of purchases will be circa £20,000,000 however this is approximate only. For the full 72 month term (if extended) the anticipated value is circa £60,000,000. The figures for the total estimated value are based on initial expenditure and include a forecast for growth.
two.2) Description
two.2.1) Title
Lot 22 – Rigid Endoscopes and associated options and related Services
Lot No
22
two.2.2) Additional CPV code(s)
- 33162000 - Operating theatre devices and instruments
- 33162100 - Operating-theatre devices
- 33168000 - Endoscopy, endosurgery devices
- 33168100 - Endoscopes
- 44211100 - Modular and portable buildings
- 45200000 - Works for complete or part construction and civil engineering work
- 48180000 - Medical software package
- 50400000 - Repair and maintenance services of medical and precision equipment
- 71541000 - Construction project management services
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
Rigid and Semi Rigid Endoscopes covering Endoscopes, camera Systems, and associated options. This Lot will also cover the provision of related Services. This Lot will be on a direct basis, however upon successful award the Applicant will also have the ability to include options below £3,000 via e-direct.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 16%
Quality criterion - Name: Training / Weighting: 12%
Quality criterion - Name: Support / Weighting: 8%
Quality criterion - Name: Warranty / Weighting: 24%
Cost criterion - Name: Financial Evaluation / Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £250,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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 total of 72 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
It is anticipated that in the initial term of 24 months of the Framework Agreement the value of purchases will be circa £83,333,333 however this is approximate only. For the full 72 month term (if extended) the anticipated value is circa £250,000,000. The figures for the total estimated value are based on initial expenditure and include a forecast for growth.
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 operated by DHL Supply Chain Limited acting as agent of Supply Chain Coordination Ltd (SCCL) and the Applicant, however 1) NHS Supply Chain; or, 2) any of the organisations described at Clause 1.9, Schedule 1 of the Framework Agreement (Appendix 4) will be able to enter into a direct contract with the Applicant for any of the Goods and Services available under the Framework. 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 procurement portal at http://nhssupplychain.app.jaggar.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
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.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: 164
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Due to the size and complexity of the tender
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: 2020/S 133-328049
four.2.2) Time limit for receipt of tenders or requests to participate
Date
1 June 2021
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
2 June 2021
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 eProcurement 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 eProcurement portal using the URL https://nhssupplychain.app.jaggaer.com/ to access the portal.
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
Normanton
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)