Planning

Total Patient Assessment Devices Solutions

  • NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)

F01: Prior information notice (prior information only)

Notice identifier: 2024/S 000-018940

Procurement identifier (OCID): ocds-h6vhtk-04713a

Published 19 June 2024, 3:34pm



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

Cheryl Wilson

Email

cheryl.wilson2@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 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

Total Patient Assessment Devices Solutions

two.1.2) Main CPV code

  • 33140000 - Medical consumables

two.1.3) Type of contract

Supplies

two.1.4) Short description

Framework covers Patient Assessment Devices including Blood Pressure Monitoring and Measuring 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, Devices that Measure and Monitor Temperature, Associated Products and Related Accessories. Devices include, but are not exclusive to Phase Change Thermometers, Electronic Thermometer Devices with Integral Cable and Corded Probe and Associated Covers, Electronic Thermometer Devices with Flexible Probe Tip and Associated Covers, Electronic Thermometer Devices with Rigid Probe Tip and Associated Covers, Tympanic Thermometers and Associated covers, Non-Contact Temporal Artery Devices, and Thermometer Device Accessories. Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £19,829,000 to £22,394,800 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 £79,316,000 to £89,579,200 Precise quantities are unknown.

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.

two.1.6) Information about lots

This contract is divided into lots: Yes

Maximum number of lots that may be awarded to one tenderer: 12

two.2) Description

two.2.1) Title

Blood Pressure Monitoring

Lot No

1

two.2.2) Additional CPV code(s)

  • 31711400 - Valves and tubes
  • 33140000 - Medical consumables
  • 38423000 - Pressure-measuring equipment

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 Cuffs including Single Patient Multi Use, Multi Patient Use, Accessories relating to Cuffs, or as a Pack containing multiple Cuffs &/or Accessories. Cuffs are supplied in various sizes for example: Large Adult, Adult, Child, Infant, Neonatal, Thigh and Bariatric Forearm, including Dual or Single Hose with various types of connectors. Blood Pressure Monitors, Auscultatory Blood Pressure Measure without Mercury, Ankle andToe 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 £4,125,000 to £4,550,000 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

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

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

Thermometers and Related Temperature Monitoring Consumables

Lot No

3

two.2.2) Additional CPV code(s)

  • 33190000 - Miscellaneous medical devices and products
  • 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

Thermometer Devices used to measure patient temperature either by tympanic, orally, axillary, rectally or non contact temporal artery. Lot includes the thermometer probe covers, where appropriate, which assist with infection control, and associated thermometer device accessories are also included.

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £10,000,000 to £11,000,000 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

Ophthalmoscopes, Retinoscopes, Otoscopes and Pupil Size Measuring Devices

Lot No

4

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 nonsterile, 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

Proctoscopes, Rectoscopes, Anoscopes and Sigmoidoscopes

Lot No

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 nonsterile, 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

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

Patient Weighing Scales and Measuring Devices

Lot No

7

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables
  • 33923300 - Autopsy hanging scales
  • 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

Personal Health Monitors

Lot No

8

two.2.2) Additional CPV code(s)

  • 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

Movement Disorder Devices

Lot No

9

two.2.2) Additional CPV code(s)

  • 33195000 - Patient-monitoring system
  • 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

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

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

11

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

12

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

27 December 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 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. If Quality Assurance Standard 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.

- Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to d-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 93/42/EEC or Medical Device Regulation 2017/745 (where applicable).

- MHRA registration of any medical devices, in compliance with the Medical Devices Regulations 2022 (SI 2022 No 618, as amended) (UK MDR 2022).

- The Insurance set out below, acceptable evidence of which should be an Insurance Certificate or a signed Broker’s letter.

> Employers liability Insurance cover of £5m per claim in the name of the Applicant

> Public Liability Insurance cover of £5m per claim in the name of the Applicant

> Product Liability Insurance cover of £5m in the name of the Applicant

> Professional Indemnity Insurance cover of £5m in the name of the Applicant

NHS Supply Chain will assess the Applicant’s economic and financial standing (or that of the entity or entities the Applicant is relying upon). Documentary evidence of this will be required at tender stage.

All Applicants for this future tender must have a compliant Carbon Reduction Plan to be considered for the Framework Agreement (PPN 06/21).

This future Framework Agreement will include some qualitative evaluation questions on Social Value with a minimum weighting of 10% towards the award (PPN 06/20).

All Applicants bidding to be on any NHS Supply Chain Frameworks must submit an Evergreen Assessment as part of the tendering process. This must be completed annually, and the maturity score will be valid for 12 months.

https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/

As a minimum (and further requirements may be set out in the tender documents), Applicants are required to have a Modern Slavery Assessment (MSAT) within 12 months prior to the tender closing date.

[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/bulk buy initiatives.

As part of its pre-tender strategy, NHS Supply Chain anticipates engaging with suppliers of these products via an expression of interest and a Request for Information (RFI)]. Please follow the guidance below:

PORTAL ACCESS

- Login with URL https://nhssupplychain.app.jaggaer.com//

- Click on “SQs Open to All Suppliers” and search for the title of the procurement.

EXPRESSION OF INTEREST

- Click on the ‘EXPRESS INTEREST’ button in the top right corner.

RFI

- The Request for Information Document will be available in the Qualification envelope and attachments tab. The closing date for responses to the RFI will be indicated here.