Opportunity

Anaesthesia Machines, Ventilator Equipment and Related Accessories & Services

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

F02: Contract notice

Notice reference: 2021/S 000-015614

Published 6 July 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

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

C/O Skipton House, 80 London Road

London

SE1 6LH

Contact

Colette Clegg

Email

Colette.Clegg@supplychain.nhs.uk

Telephone

+44 7870897137

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

Email

Colette.Clegg@Supplychain.nhs.uk

Telephone

+44 7870897137

Country

United Kingdom

NUTS code

UKE4 - West Yorkshire

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-of-health

Buyer's address

https://www.gov.uk/government/organisations/department-of-health/about/procurement

Tenders or requests to participate must be submitted electronically via

https://nhssupplychain.app.jaggaer.com/

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://nhssupplychain.app.jaggaer.com

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Anaesthesia Machines, Ventilator Equipment and Related Accessories & Services

two.1.2) Main CPV code

  • 33172000 - Anaesthesia and resuscitation devices

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 Route 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 Anaesthesia Machines, Ventilator Equipment and Related Accessories and Services including: Low Acuity without Vent Anaesthesia Machine, Low Acuity with Vent Anaesthesia Machine, Mid acuity electronic anaesthesia machines with ventilator, Mid acuity conventional anaesthesia machines with ventilator, High acuity anaesthesia machine with ventilator, MRI (Magnetic Resonance Imaging) with Ventilator Anaesthesia Machine, Intensive Care Ventilator, Intensive Care Neonatal/Paediatric Ventilator, Non-Invasive CPAP Ventilator (for in hospital use), Portable/Transport Ventilator, Pre Hospital Use Ventilator, JET Ventilator, Microvent Resuscitator and all related accessories and services. There is also further detail about some types of “associated services” that may be made available under the Framework Agreement, in conjunction with equipment, within section 3 of the ITT entitled “Associated Services” and in Appendix 7.

two.1.5) Estimated total value

Value excluding VAT: £136,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

two.2) Description

two.2.1) Title

Anaesthesia Systems and all related Accessories Anaesthesia Machines, Ventilator Equipment and Related Accessories & Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 33000000 - Medical equipments, pharmaceuticals and personal care products
  • 33100000 - Medical equipments
  • 33172000 - Anaesthesia and resuscitation devices
  • 33172100 - Anaesthesia devices
  • 33172200 - Resuscitation devices

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

Anaesthesia Systems and all related Accessories 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: Supply / Weighting: 10%

Quality criterion - Name: Support / Weighting: 20%

Quality criterion - Name: Training / Weighting: 15%

Quality criterion - Name: Warranty & Repairs / Weighting: 15%

Cost criterion - Name: Financial Evaluation / Weighting: 40%

two.2.6) Estimated value

Value excluding VAT: £68,000,000

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

Duration in months

48

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 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

It is anticipated that in the initial term of 24 months of the Framework Agreement the value of purchases will be in the region of £30,000,000 to £34,000,000.

two.2) Description

two.2.1) Title

Ventilator Systems and all related Accessories and Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 33000000 - Medical equipments, pharmaceuticals and personal care products
  • 33100000 - Medical equipments
  • 33172000 - Anaesthesia and resuscitation devices
  • 33172200 - Resuscitation devices

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

Ventilator Systems and all related accessories related to the equipment. This Lot will also cover the provision of related Services.

two.2.5) Award criteria

Quality criterion - Name: Supply / Weighting: 10%

Quality criterion - Name: Support / Weighting: 20%

Quality criterion - Name: Training / Weighting: 15%

Quality criterion - Name: Warranty & Repairs / Weighting: 15%

Cost criterion - Name: Financial Evaluation / Weighting: 40%

two.2.6) Estimated value

Value excluding VAT: £68,000,000

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

Duration in months

48

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 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

It is anticipated that in the initial term of 24 months of the Framework Agreement the value of purchases will be in the region of £32,000,000 to £34,000,000.


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.jaggaer.com/ using the Messaging 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.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The Framework Agreement includes obligations with respect to environmental issues and a requirement for successful suppliers to comply with the NHS Supply Chain Code of Conduct.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 20

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 239-592198

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

Date

11 August 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

12 August 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 Help Centre' 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

DHL Supply Chain Limited

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.