- Scope of the procurement
- Lot 1. Blood Pressure Monitoring
- Lot 2. Otoscopes, Retinoscopes, Pupil Size and Reaction Measuring Devices and Ophthalmoscopes
- Lot 3. Stethoscopes
- Lot 4. Patient Weighing Scales and Measuring Devices
- Lot 5. Proctoscopes, Rectoscopes, Anoscopes and Sigmoidoscopes
- Lot 6. Dermatoscopes and Hyfrecators
- Lot 7. Personal Health Monitors
- Lot 8. Parkinson’s Disease Assessment Devices
- Lot 9. Assessment Lights
- Lot 10. Ear Irrigation Devices
- Lot 11. General Patient Assessment Products
Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
Contact
Nathan Shaw
nathan.shaw@supplychain.nhs.uk
Country
United Kingdom
Region 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:
NHS Supply Chain
Foxbridge Way
Normanton
WF6 1TL
Contact
Nathan Shaw
nathan.shaw@supplychain.nhs.uk
Country
United Kingdom
Region 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
Patient Assessment Devices
two.1.2) Main CPV code
- 33140000 - Medical consumables
two.1.3) Type of contract
Supplies
two.1.4) Short description
Patient Assessment Devices including Blood Pressure Monitoring products, Otoscopes, Pupil Size and Reaction Measuring Devices and Ophthalmoscopes, Stethoscopes, Patient Weighing Scales and Measuring Devices, Proctoscopes, Rectoscopes, Anoscopes and Sigmoidoscopes, Dermatoscopes and Hyfrecators, Personal Health Monitors, Parkinson’s Disease Assessment Devices, Assessment Lights, Ear Irrigation Devices, General Patient Assessment Products, Consumables and related accessories. Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £7,014,000 to £8,416,800 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. Initially a 2 year framework Agreement with an option to extend for a further period of 2 years. Estimated total 4 year value, range between £28,056,000 and £33,667,200
two.1.5) Estimated total value
Value excluding VAT: £33,667,200
two.1.6) Information about lots
This contract is divided into lots: Yes
two.2) Description
two.2.1) Title
Blood Pressure Monitoring
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 31711400 - Valves and tubes
- 33140000 - Medical consumables
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
Blood Pressure Monitors, Auscultatory Blood Pressure Measure without Mercury, Ankle and Toe Brachial Index monitors, Sphygmomanometers / Blood Pressure Monitors
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £1,125,000 to £1,350,000 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
Otoscopes, Retinoscopes, Pupil Size and Reaction Measuring Devices and Ophthalmoscopes
Lot No
Lot 2
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
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
Otoscopes, Ophthalmoscopes, Retinoscopes and Sets, Pupil Size and Reaction Measuring, replacement bulbs/ lamps (LED, halogen / xenon illumination), specula, specula dispenser, wall mounts, chargers, complete units, heads, handles, cases, lenses and adaptor.
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £885,000 to £1,062,000 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
Stethoscopes
Lot No
Lot 3
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
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
Clinical and nurses Standards, Sprague Rappaport type, Cardiology, Paediatric, Neonatal and Electronic. Types should include- single head, dual head, dual hose, single hose
Associated products should include- associated software, replacement ear tips, diaphragm, chest piece, tubing, stethoscope covers and identification tags.
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £530,000 to £636,000 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
Patient Weighing Scales and Measuring Devices
Lot No
Lot 4
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
- 33923300 - Autopsy hanging scales
- 38311000 - Electronic scales and accessories
- 42923000 - Weighing machinery and scales
- 42923200 - Scales
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
Weighing scales, measures and support products - Cases, attachable/ freestanding height/rod measures, attachable printers, baby measuring mat, Hoist Attachment, Circumference measuring tape, baby scale trolley, infantometer, Head and foot positioners, adapters, software and pc interface hardware
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £1,800,000 to £2,160,000 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
Proctoscopes, Rectoscopes, Anoscopes and Sigmoidoscopes
Lot No
Lot 5
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
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
Proctoscopes, Rectoscopes, Anoscopes, and Sigmoidoscopes including sterile and non-sterile, lubricated and non-lubricated, with and without filters, self/ non self-illuminating. Associated products should include- filters, bellows, disposable light stems, luer locks, light sources, single use autoclavable adapters for light sources
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £700,000 to £840,000 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
Dermatoscopes and Hyfrecators
Lot No
Lot 6
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
- 33166000 - Dermatological 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
Dermatoscopes and Hyfrecators with associated products including single use and reusable contact plates, handle, chargers, replacement LED bulbs and associated products including biopsy punches and curettes
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £1,200,000 to £1,440,000 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
Personal Health Monitors
Lot No
Lot 7
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
- 33195000 - Patient-monitoring system
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
Pedometer, Activity wristbands, Calorie Monitor, Sleep Tracker, Portable Electrocardiograph, BMI Calculator, Pulse Stress Monitor and Portable Heart Rate Monitor. Products to aid monitoring of personal health and accessories
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £52,000 to £62,400 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
Parkinson’s Disease Assessment Devices
Lot No
Lot 8
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
- 33661400 - Anti-Parkinson medicinal 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
Parkinson’s disease Assessment Devices and accessories
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £100,000 to £120,000 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
Assessment Lights
Lot No
Lot 9
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
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
Headlights, Examination lighting, Magnifying lamps, Binocular loupe, Accessories
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £110,000 to £132,000 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
Ear Irrigation Devices
Lot No
Lot 10
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
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
Electronic ear irrigation devices, Electronic ear irrigation starter kits, Ear micro suction pumps, Ear irrigator accessories
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £50,000 to £60,000 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
General Patient Assessment Products
Lot No
Lot 11
two.2.2) Additional CPV code(s)
- 18500000 - Jewellery, watches and related articles
- 33124100 - Diagnostic devices
- 33140000 - Medical consumables
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
Fob watches, Tuning forks, Nasal clips, Reflex hammers, Tongue depressors, anaesthetic cold sensor, Torch examination pens (disposable /reusable), Re-usable tourniquets
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £462,000 to £554,400 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
25 January 2024
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 of the upcoming tender exercise and Applicants may be
required to include evidence of this within their tender submission.
-ISO 9001:2015 accredited by United Kingdom Accreditation or equivalent externally accredited and up-todate quality standard certificate(s) covering all segments of the Applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage, distribution and customer service. 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 or £5m per claim and in the annual aggregate
-Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device
Regulations 2002 or Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive
-Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable)
-If an Applicant commits to obtain ISO9001:2015 or equivalent quality standard certificate, Public Liability
Insurance or Product Liability Insurance certification 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)
- Compliance with UK Timber Procurement Policy 2013 is required for all timber products within this tender. This requires documentary evidence at tender submission to be provided to ensure suppliers are sourcing wood from legal and sustainable sources. More information will be provided in the ITT about what evidence will be required to be submitted with your bid
-The NHS has adopted PPN 06/20 (taking account of Social Value in the award of Government Contracts) 2022, and therefore this future Framework Agreement will include some qualitative evaluation questions on Social Value with a min. weighting of 10% towards the award
-In addition, from April 2023: the NHS has adopted the Government’s ‘Taking Account of Carbon Reduction Plans‘ (PPN 06/21) requiring all suppliers with new contracts for goods, services, and/or works with an anticipated contract value above £5 million per annum, to publish a carbon reduction plan for their direct emissions. From April 2024, the NHS will expand this requirement for all new contracts, irrespective of value
-PPN 02/23 - Tackling Modern Slavery in Government Supply Chains will also be applied to this Tender
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. If you would like to complete the Request for Information document please follow the below instructions;
REGISTRATION
1. Use URL https://nhssupplychain.app.jaggaer.com to access the NHS Supply Chain Procurement portal
2. If not yet registered:
- Click on the ‘Not Registered Yet’ link to access the registration page
- Complete the registration pages as guided by the mini guide found on the landing page
If registration has been completed:
-Click on the “Supplier Dashboard” icon and select “Prior Information Notice” towards the top right of the screen to open the list of new Prior Information Notices
- View PIN content by clicking on the ‘VIEW NOTICE’ button for the procurement event
- Express an interest by clicking on the ‘EXPRESS INTEREST’
- The Request for Information Document will then be sent to you via the Jaggaer Messaging Centre
- Applicants will then have 4 weeks to complete and return the RFI document