Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain Operated by Health Solutions Team Limited acting as agent of Supply Chain Coordination Ltd (SCCL)
Skipton House, 80 London Road
London
SE1 6LH
Contact
Alexandra Gothard
alexandra.gothard@supplychain.nhs.uk
Telephone
+44 7929018002
Fax
+44 1924328744
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.1) Name and addresses
Health Solutions Team Limited,
NHS Supply Chain
Normanton
WF6 1TL
Contact
Alexandra Gothard
alexandra.gothard@supplychain.nhs.uk
Telephone
+44 7929018002
Fax
+44 1924328744
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
one.2) Information about joint procurement
The contract involves 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 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
Hearing Aids, Hearing Aid Batteries, Custom Ear Moulds and Hearing Aid Accessories
two.1.2) Main CPV code
- 33185000 - Hearing aids
two.1.3) Type of contract
Supplies
two.1.4) Short description
Non-exclusive Framework Agreement (FAG) for the supply to the NHS Supply Chain customer base via the E-Direct, Direct and Stocked routes to market. Product range to include, but not limited to the supply of Hearing Aids (including Re-chargeable Hearing Aids), Hearing Aid Batteries, Custom Ear Moulds and Hearing Aid Accessories that meet the requirements of users with varying levels of hearing loss. The Framework Agreement will provide access to hearing solutions for both adults and paediatric patients with mild-moderate and servere-profound hearing loss. Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £121,500,000.00 for the initial term of FAG, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the FAG. The estimated value over the total FAG term (including any extension options) is £256,700,000.00.
two.1.5) Estimated total value
Value excluding VAT: £256,700,000
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: 4
two.2) Description
two.2.1) Title
Hearing Aids
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 33185000 - Hearing aids
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot covers a range of Hearing Aids for adults with mild to moderate hearing loss, moderate to severe hearing loss (multiple power Hearing Aids), and severe to profound hearing loss (high/super power Hearing Aids), paediatric Hearing Aids and innovation Hearing Aids, including re-chargeable devices. These include but are not limited to;
— BTE (Behind the Ear) — Moderate Power,
— Mini BTE (Behind the Ear) — Moderate Power,
— ITE (In the Ear) — Moderate Power,
— RIC (Receiver in Canal) — Moderate Power,
— Body Worn — Moderate power.
— BTE (Behind the Ear) — High Power,
— ITE (In the Ear) — High Power,
— RIC (Receiver in Canal) — High Power,
— BTE (Behind the Ear) — Super Power,
— RIC (Receiver in Canal) — Super Power,
— ITE (In the Ear) — Super Power.
— RIC (Receiver in Canal) — Multiple power,
— BTE (Behind the Ear) — Multiple Power,
— ITE (In the Ear) — Multiple power.
— Tinnitus Device — Multiple Power,
—Custom ITE (In the Ear) - Hearing Aids.
— Combination devices — Multiple Power,
— Innovative Hearing Aids.
This lot will also cover essential components including:
— Tubing,
- Domes
two.2.5) Award criteria
Quality criterion - Name: Audiologist Support / Weighting: 2
Quality criterion - Name: Covid Recovery / Weighting: 10
Quality criterion - Name: Social Equality / Weighting: 3
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 75
two.2.6) Estimated value
Value excluding VAT: £231,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
24
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a total period of 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
NHS Supply Chain anticipates appointing all applicants who have met the minimum requirements which are set out in these tender documents and whose total score meets or exceeds a hurdle of at least 30 % at tender evaluation stage.
two.2) Description
two.2.1) Title
Hearing Aid Batteries
Lot No
Lot 2
two.2.2) Additional CPV code(s)
- 31420000 - Primary batteries
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot covers Hearing Aid Batteries to the NHS for the use in NHS patients Hearing Aids. Battery sizes consist of but are not limited to, R44 (675), R41 (312), R48 (13), R70 (10), R44 (Cochlear Implant 675).
two.2.5) Award criteria
Quality criterion - Name: Supply Chain Assessment / Weighting: 10
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 80
two.2.6) Estimated value
Value excluding VAT: £11,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
24
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
NHS Supply Chain anticipates appointing all applicants who have met the minimum requirements which are set out in these tender documents and whose total score meets or exceeds a hurdle of at least 55 % at tender evaluation stage.
two.2) Description
two.2.1) Title
Custom Ear Moulds
Lot No
Lot 3
two.2.2) Additional CPV code(s)
- 33185000 - Hearing aids
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot covers Custom Ear Mould products, including (but not limited to):
-Ear Moulds
two.2.5) Award criteria
Quality criterion - Name: Product Features / Weighting: 20
Quality criterion - Name: Customer Support / Weighting: 20
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
24
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
NHS Supply Chain anticipates appointing all applicants who have met the minimum requirements which are set out in these tender documents and whose total score meets or exceeds a hurdle of at least 30 % at tender evaluation stage.
two.2) Description
two.2.1) Title
Hearing Aid Accessories
Lot No
Lot 4
two.2.2) Additional CPV code(s)
- 33185000 - Hearing aids
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot covers Hearing Aid Accessories, including (but not limited to):
Battery Door Replacement,
Bone Conduction Hearing Aid Headband,
Charger Cable,
Cleaning Accessories,
Connectivity Accessories,
CROS/BiCROS Cable,
DAI Adapter,
DAI Boot/Shoe,
Universal Dome,
Dome Accessories,
Drying Accessories,
Ear Hook,
Ear Mould Accessories,
Ear Tips,
Glasses Adaptor,
Hearing Aid Accessory Tool,
Hearing Aid And Battery Record Book,
Hearing Aid Case,
Left Right Indicators,
Multimedia Adapter,
Pre-Bent Tubing,
Programming Cable,
Programming Cable Sleeve,
Receiver Adaptor,
Receiver In the Canal (RIC) Speaker,
Receiver In the Canal (RIC) Speaker Accessory,
Remote Microphone,
Remote Microphone Accessory,
Remote Microphone Docking Station,
Secure Hearing Aid Device,
Servicing Accessories,
Tamperproof Battery Door,
Universal Tube,
Tube Adaptor,
Tubing Accessories,
Wax Guard.
two.2.5) Award criteria
Quality criterion - Name: Customer Support / Weighting: 5
Quality criterion - Name: Social Equality / Weighting: 10
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 75
two.2.6) Estimated value
Value excluding VAT: £10,700,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
24
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
NHS Supply Chain anticipates appointing all applicants who have met the minimum requirements which are set out in these tender documents and whose total score meets or exceeds a hurdle of at least 30 % at tender evaluation stage.
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 a single operator
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 May 2022
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
27 May 2022
Local time
9:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 10 months
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
Health Solutions Team Limited
London
Country
United Kingdom