Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain
Skipton House, 80 London Road
London
SE1 6LH
elizabeth.glover@supplychain.nhs.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-of-health
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 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
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
Insulin Pumps, Continuous Glucose Monitoring, Closed Loop Insulin Delivery Systems and Associated Products
two.1.2) Main CPV code
- 33194100 - Devices and instruments for infusion
two.1.3) Type of contract
Supplies
two.1.4) Short description
This agreement is for the supply of Insulin Pumps, Continuous Glucose Monitoring (CGM) devices, Applications or software to enable the function of Closed Loop Insulin Delivery Systems and also for the dedicated consumables and accessories for the products listed above.
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £15,000,000 - £20,000,000 in the first year year of this agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement. Estimated total value over the 4 year agreement is approximately £75,000,000 to £100,000,000.
two.1.5) Estimated total value
Value excluding VAT: £100,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
3
Maximum number of lots that may be awarded to one tenderer: 3
two.2) Description
two.2.1) Title
Insulin Pumps
Lot No
1
two.2.2) Additional CPV code(s)
- 33194000 - Devices and instruments for transfusion and infusion
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 Standalone Insulin Pumps and also Tethered Insulin Pumps, Patch Insulin Pumps, Tethered Pump with Integrated Continuous Glucose Monitor, Patch Pumps with Integrated Continuous Glucose Monitor, Tethered Pump with Integrated Continuous Glucose Monitor and Algorithm. This Lot also includes, but is not limited to;
Insulin subcutaneous infusion set
Tubes
Cannula’s
Needle cartridges
Handsets
Insertion Devices
Adaptors
Batteries
Carry Cases
Belts
Remotes
Sensors
Finger Prickers
Battery caps
Resevoirs
USB Adapters
Clips
Luer Locks
Dressings
Pouches
Service packs
Any other option or accessory used with or to configure the pumps
two.2.5) Award criteria
Quality criterion - Name: Working with NHSSC / Weighting: 30%
Quality criterion - Name: Patient Experience / Weighting: 35%
Quality criterion - Name: Customer Support / Weighting: 35%
Price - Weighting: 0%
two.2.6) Estimated value
Value excluding VAT: £18,000,000
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: Yes
two.2.11) Information about options
Options: Yes
Description of options
This Framework Agreement will have the 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
Anticipated expenditure will be circa £18 000 000 for the two years of this framework agreement, this is approximate and may vary depending on the requirements of bodies purchasing under the agreement.For the full 48 month term (if extended) the anticipated value is circa £36,000,000. These values are approximate, based on historical usage information, with a forecasted level of growth.
two.2) Description
two.2.1) Title
Continuous Glucose Monitors
Lot No
2
two.2.2) Additional CPV code(s)
- 33194000 - Devices and instruments for transfusion and infusion
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 standalone CGM and Flash Glucose Monitoring. This Lot also includes Receivers, Transmitters, Sensors and Flash Glucose Monitoring Devices. This lot includes but is not limited to:
Handsets
Sensors
Carry cases
Tapes
Finger prickers
Clips
Dressings
Adhesives
Insertion devices
Testers
Service Packs
Download Features
Any other option or accessory used to configure the unit
two.2.5) Award criteria
Quality criterion - Name: Working with NHSSC / Weighting: 30%
Quality criterion - Name: Patient Experience / Weighting: 35%
Quality criterion - Name: Customer Support / Weighting: 35%
Price - Weighting: 0%
two.2.6) Estimated value
Value excluding VAT: £7,500,000
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: Yes
two.2.11) Information about options
Options: Yes
Description of options
This Framework Agreement will have the 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
Anticipated expenditure will be circa £7 500 000 for the two years of this framework agreement, this is approximate and may vary depending on the requirements of bodies purchasing under the agreement.For the full 48 month term (if extended) the anticipated value is circa £14,500,000. These values are approximate, based on historical usage information, with a forecasted level of growth.
two.2) Description
two.2.1) Title
Software and Diabetes Management Systems
Lot No
3
two.2.2) Additional CPV code(s)
- 33194000 - Devices and instruments for transfusion and infusion
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 Applications, Sortware or Alogrithms that contribute to the functionality of a Closed/Semi Closed Loop Insulin Delivery System and Diabetes Management Systems that allow for the uploading of information from Insulin Pumps, CGM’s, Glucose Meters and/or Mobile Applications.
Mobile applications that act only as an Insulin Pump or CGM controller must not be included in this lot and must instead be submitted as an accessory in the relevant lot where the Pump or CGM device sits.
two.2.5) Award criteria
Quality criterion - Name: Working with NHSSC / Weighting: 30%
Quality criterion - Name: Patient Experience / Weighting: 35%
Quality criterion - Name: Customer Support / Weighting: 35%
Price - Weighting: 0%
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
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
This Framework Agreement will have the 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
Anticipated expenditure will be circa £6 000 000 for the two years of this framework agreement, this is approximate and may vary depending on the requirements of bodies purchasing under the agreement.For the full 48 month term (if extended) the anticipated value is circa £12,000,000. These values are approximate, based on historical usage information, with a forecasted level of 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, rebates, value added offerings, the application of price bandings, commitment initiatives, and any other savings offers Suppliers may put forward.
NHS Supply Chain will share savings information in order to assist its customers with making informed procurement decisions. 1) NHS Supply Chain; 2) any NHS Trust; 3) any other NHS entity; 4) any government department, agency or other statutory body (for the avoidance of doubt including local authorities) and/or 5) any private sector entity active in the UK healthcare sector will be able to directly order under the Framework Agreement and will be able to enter into a direct contract with the Applicant for any of the Goods under the Framework. Direct contracts placed under the Framework Agreement by parties other than NHS Supply Chain are between the party and the Applicant, NHS Supply Chain is not a party to those contracts.
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.
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
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The Framework Agreement includes obligations with respect to environmental issues and a requirement for successful suppliers to comply with the NHS Supply Chain Code of Conduct.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 20
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: 2020/S 250-626752
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 July 2021
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
21 July 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
N/A
N/A
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)