Opportunity

Insulin Pumps, Continuous Glucose Monitoring, Closed Loop Insulin Delivery Systems and Associated Products

  • NHS Supply Chain

F02: Contract notice

Notice reference: 2021/S 000-014257

Published 22 June 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain

Skipton House, 80 London Road

London

SE1 6LH

Email

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)