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)
Skipton House, 80 London Road
London
SE1 6LH
Country
United Kingdom
NUTS code
UKI4 - Inner London – East
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
Additional information can be obtained from another address:
DHL Supply Chain Limited
Foxbridge Way
Normanton
WF6 1TL
elizabeth.glover@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/web/login.html
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 Monitors, Closed Loop Insulin Delivery Systems and Associated Products
two.1.2) Main CPV code
- 33194000 - Devices and instruments for transfusion and infusion
two.1.3) Type of contract
Supplies
two.1.4) Short description
It is the intention for the following to be available under the terms of the Framework Agreement: Tethered Insulin Pumps, Patch 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.
Due to technological advancement, specifications will be reviewed. To enable the NHS to access to the latest products via the framework, new suppliers may be awarded to the current Framework Agreement, which was launched in January 2022 and will run for an initial 24 month period, and may be extended up to a total of 48 months.
Precise quantities are unknown. It is anticipated that annual expenditure will be in the region of £15,000,000 - £20,000,000, 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
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
- 33194110 - Infusion pumps
- 33194120 - Infusion supplies
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.2.14) 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
- 33194110 - Infusion pumps
- 33194120 - Infusion supplies
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.2.14) 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)
- 48100000 - Industry specific software package
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, Software or Algorithms 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.2.14) 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.
two.3) Estimated date of publication of contract notice
26 September 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 following certification will be a requirement and Applicants may be required to include evidence of this with their submission.
— ISO 9001:2015 or equivalent externally accredited and up-to-date quality standard certificate(s) to coverall 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.
The Framework Agreement between NHS Supply Chain and successful applicants 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 expects to provide successful applicants with the opportunity to offer additional savings to customers through the provision of discounted pricing, value added offerings and commitment/bulk buy initiatives.
The Framework Agreement will be between NHS Supply Chain and the Applicant. Under the Framework Agreement the method of supply will be for direct contract products.
NHS Supply Chain would also like to engage with suppliers of these products via a request for information (RFI).
Candidates wishing to complete the RFI must first register their expression of interest on the NHS Supply Chain Procurement Portal via the following URL: https://nhssupplychain.app.jaggaer.com/web/login.html. If 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 One messaging system. Applicants will then have 4 weeks from the dispatch of this notice to complete and return the RFI document.