- Scope of the procurement
- Lot 1. Laryngoscopes, Video Laryngoscopes, Tracheal Intubation Equipment and Single Use Flexible Intubation Video Endoscopes and Related Accessories
- Lot 2. Endotracheal tubes, Endobronchial Tubes and Blockers, Tracheostomy Tubes, Supraglottic Airways and Simple Airway Adjuncts
- Lot 3. Breathing System Circuits and Accessories
- Lot 4. Humidification and Filtration (HME’s, HMEF’s, Bacterial and Viral Filters)
- Lot 5. Single Use Bronchoscopes and Related Accessories
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)
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
Contact
Georgia Hawkins
georgia.hawkins1@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
Additional information can be obtained from another address:
DHL Supply Chain Limited
Foxbridge Way
Normanton
WF6 1TL
Contact
Georgia Hawkins
georgia.hawkins1@supplychain.nhs.uk
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
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
Airway Management Products and Associated Equipment
two.1.2) Main CPV code
- 33140000 - Medical consumables
two.1.3) Type of contract
Supplies
two.1.4) Short description
The scope of the framework is to cover a range of airway management products used within theatres, wards, ICU and A&E areas within Healthcare Environments. Products will include endotracheal tubes, tracheostomy tubes, laryngeal masks, laryngoscopes, video laryngoscopes, breathing filters, breathing circuits, endobronchial tubes, nasopharyngeal tubes, oropharyngeal tubes and any accessories relating to these products.
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £35,000,000 to £45,000,000 in the first year of this Framework Agreement; however, this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement. The estimated value of the total Framework Agreement term (including any extension options) of between £140,000,000 to £180,000,000.
two.1.5) Estimated total value
Value excluding VAT: £180,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Maximum number of lots that may be awarded to one tenderer: 5
two.2) Description
two.2.1) Title
Laryngoscopes, Video Laryngoscopes, Tracheal Intubation Equipment and Single Use Flexible Intubation Video Endoscopes and Related Accessories
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 33157000 - Gas-therapy and respiratory devices
- 33157400 - Medical breathing devices
- 33162100 - Operating-theatre devices
- 33171100 - Instruments for anaesthesia
- 33172100 - Anaesthesia devices
- 33172200 - Resuscitation devices
- 33190000 - Miscellaneous medical devices and products
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 the supply of airway equipment to aid tracheal intubation.
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £15,000,000 in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.
two.2) Description
two.2.1) Title
Endotracheal tubes, Endobronchial Tubes and Blockers, Tracheostomy Tubes, Supraglottic Airways and Simple Airway Adjuncts
Lot No
Lot 2
two.2.2) Additional CPV code(s)
- 33157000 - Gas-therapy and respiratory devices
- 33157400 - Medical breathing devices
- 33162100 - Operating-theatre devices
- 33171100 - Instruments for anaesthesia
- 33172100 - Anaesthesia devices
- 33172200 - Resuscitation devices
- 33190000 - Miscellaneous medical devices and products
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 airway devices that provide a means of access and securement of an airway.
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £15,000,000 in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.
two.2) Description
two.2.1) Title
Breathing System Circuits and Accessories
Lot No
Lot 3
two.2.2) Additional CPV code(s)
- 33157000 - Gas-therapy and respiratory devices
- 33157400 - Medical breathing devices
- 33162100 - Operating-theatre devices
- 33171100 - Instruments for anaesthesia
- 33172100 - Anaesthesia devices
- 33172200 - Resuscitation devices
- 33190000 - Miscellaneous medical devices and products
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 the supply of parts that make up the anaesthetic breathing systems/circuits and the critical care breathing systems/circuits.
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £5,000,000 in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.
two.2) Description
two.2.1) Title
Humidification and Filtration (HME’s, HMEF’s, Bacterial and Viral Filters)
Lot No
Lot 4
two.2.2) Additional CPV code(s)
- 33157000 - Gas-therapy and respiratory devices
- 33157400 - Medical breathing devices
- 33162100 - Operating-theatre devices
- 33171100 - Instruments for anaesthesia
- 33172100 - Anaesthesia devices
- 33172200 - Resuscitation devices
- 33190000 - Miscellaneous medical devices and products
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 Humidification and Filtration devices. Humidification and Filtration devices are to provide warmth, moisture and filtration manually. These devices and filters do not require the need for heated humidification circuit and are used independently.
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £3,000,000 in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.
two.2) Description
two.2.1) Title
Single Use Bronchoscopes and Related Accessories
Lot No
Lot 5
two.2.2) Additional CPV code(s)
- 33157000 - Gas-therapy and respiratory devices
- 33157400 - Medical breathing devices
- 33162100 - Operating-theatre devices
- 33171100 - Instruments for anaesthesia
- 33172100 - Anaesthesia devices
- 33172200 - Resuscitation devices
- 33190000 - Miscellaneous medical devices and products
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 Single use bronchoscopes which are used in diagnostic and therapeutic interventions for a variety of pulmonary disorders. They can also be used to visualise the anatomy in unexpected difficult airways.
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £500,000 in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.
two.3) Estimated date of publication of contract notice
9 December 2022
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section six. Complementary information
six.3) Additional information
The purpose of this notice is to draw attention to a procurement that NHS Supply Chain intends to commence during the subsequent 12 months. The invitation to tender will be the subject of a separate notice and it is that notice to which potential suppliers will need to respond at the appropriate time.
The following certification will be a requirement of the upcoming tender exercise and Applicants may be required to include evidence of this within their tender submission.
- ISO 9001:2015 accredited by the United Kingdom Accreditation Service (or equivalent) to cover all segments of the Applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage, and distribution. Further information in respect of certification requirements will be set out in the notice for the forthcoming procurement. If such certificates are not in the name of the Applicant then the Applicant must supply a copy of agreements setting out the authority and responsibilities of all parties in the supply chain and provide evidence of ISO9001:2015 or equivalent for all relevant parties in the supply chain.
- Public Liability Insurance cover of £5m per claim in the name of the Applicant
- Product Liability Insurance cover in the name of the Applicant of £5m per claim and in the annual aggregate in the name of the Applicant
- Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable)
If an Applicant commits to obtain any of the above at the time of their tender submission then the requirement is that such certification is in place prior to the commencement date of the Framework Agreement (in order for NHS Supply Chain to place orders with the successful Applicant).
The Framework Agreement between NHS Supply Chain and successful suppliers will reserve the right to purchase the same or similar supplies and/or services from suppliers not appointed to the Framework Agreement at its sole discretion.
NHS Supply Chain intends to enter into arrangements under which it will be entitled to purchase supplies and/or services which it will make available for purchase by 1) any NHS Trust; 2) any other NHS entity; 3) any government department, agency or other statutory body and/or 4) any private sector entity active in the UK healthcare sector. Only NHS Supply Chain can order from the Framework Agreement and enter into contracts under it.
NHS Supply Chain is currently considering the use of lots for this procurement. However, it reserves the right not to as part of any future tender process. Further information in respect of the lot strategy will be set out in the notice for the forthcoming procurement.
As part of its pre-tender strategy, NHS Supply Chain would also like to engage with suppliers of these products via a Request for Information (RFI). If you would like to complete the Request for Information document in respect of the products which are the subject of this procurement then please follow the below instructions;
Candidates wishing to complete the RFI must first register their expression of interest on the NHS Supply Chain eProcurement Portal via the following URL: https://nhssupplychain.app.jaggaer.com/. If you are not already registered, complete the registration process first to allow access to express interest in this opportunity. The RFI document will then be sent via the Jaggaer ‘Messages Tab’. Applicants will then have 4 weeks from the dispatch of this notice to complete and return the RFI document. Candidates 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.