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
Natalie McBride
Natalie.Mcbride@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
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
Natalie McBride
Natalie.Mcbride@supplychain.nhs.uk
Telephone
+44 7973875597
Country
United Kingdom
NUTS code
UKE45 - Wakefield
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
Managed Equipment & Clinical Service Solutions
two.1.2) Main CPV code
- 85110000 - Hospital and related services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Supply Chain seeks to establish a non-exclusive Framework Agreement for the Supply of Managed Equipment & Clinical Service Solutions including; on and off site, mobile and modular solutions and Associated Services 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 Services.
two.1.5) Estimated total value
Value excluding VAT: £859,630,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
3
Maximum number of lots that may be awarded to one tenderer: 3
two.2) Description
two.2.1) Title
Short to Medium Term Clinical Service Solutions
Lot No
1
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
- 45200000 - Works for complete or part construction and civil engineering work
- 48000000 - Software package and information systems
- 48180000 - Medical software package
- 50000000 - Repair and maintenance services
- 50400000 - Repair and maintenance services of medical and precision equipment
- 51000000 - Installation services (except software)
- 72000000 - IT services: consulting, software development, Internet and support
- 85000000 - Health and social work services
- 85100000 - Health services
- 85148000 - Medical analysis services
- 85150000 - Medical imaging services
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
Short to Medium Term Clinical Service Solutions will cover ALL contracts under 3 years in duration based upon the initial contract length identified by the start and end calendar dates (regardless of number of working service days used within time period). This Lot will cover the provision of staffed and unstaffed clinical service solutions for medical equipment within a NHS Hospital, NHS Community and/or Social Care Environment covering but not limited to Imaging & Radiology, Decontamination, Endoscopy, Radiotherapy, Theatres & Medical Devices and Robotics.
two.2.5) Award criteria
Quality criterion - Name: Support / Weighting: 70%
Cost criterion - Name: Financial Evaluation / Weighting: 30%
two.2.6) Estimated value
Value excluding VAT: £642,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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 72 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 £211,000,000 however this is approximate only. For the full 72 month term (if extended) the anticipated value is in the region of £642,000,000. The figures for the total estimated value are based on initial expenditure and include a forecast for growth.
two.2) Description
two.2.1) Title
Long Term Managed Equipment & Clinical Service Solutions
Lot No
2
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
- 45200000 - Works for complete or part construction and civil engineering work
- 48000000 - Software package and information systems
- 48180000 - Medical software package
- 50000000 - Repair and maintenance services
- 50400000 - Repair and maintenance services of medical and precision equipment
- 51000000 - Installation services (except software)
- 72000000 - IT services: consulting, software development, Internet and support
- 85000000 - Health and social work services
- 85100000 - Health services
- 85148000 - Medical analysis services
- 85150000 - Medical imaging services
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
Long Term Managed Equipment & Clinical Service Solutions will cover ALL contracts 3 years and over in duration based upon the initial contract length identified by the start and end calendar dates (regardless of number of working service days used within time period). This Lot will cover the provision of staffed and unstaffed clinical service solutions and managed equipment services for medical equipment within a NHS Hospital, NHS Community and/or Social Care Environment covering but not limited to Imaging & Radiology, Decontamination, Endoscopy, Radiotherapy, Theatres & Medical Devices and Robotics.
two.2.5) Award criteria
Quality criterion - Name: Support / Weighting: 70%
Cost criterion - Name: Financial Evaluation / Weighting: 30%
two.2.6) Estimated value
Value excluding VAT: £217,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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 72 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 £30,500,000 however this is approximate only. For the full 72 month term (if extended) the anticipated value is in the region of £217,000,000. The figures for the total estimated value are based on initial expenditure and include a forecast for growth.
two.2) Description
two.2.1) Title
Managed Services Consultancy and Associated Services
Lot No
3
two.2.2) Additional CPV code(s)
- 79400000 - Business and management consultancy and related services
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
Managed Services Consultancy and associated services. This Lot will cover the provision of Professional Consultancy services for managed services only a Managed Services Consultancy within a NHS Hospital, NHS Community and/or Social Care Environment.
two.2.5) Award criteria
Quality criterion - Name: Support / Weighting: 50%
Cost criterion - Name: Financial Evaluation / Weighting: 50%
two.2.6) Estimated value
Value excluding VAT: £630,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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 72 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 £202,000 however this is approximate only. For the full 72 month term (if extended) the anticipated value is in the region of £630,000. The figures for the total estimated value are based on initial expenditure and include a forecast for growth.
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 eProcurement portal at
http://nhssupplychain.app.jaggar.com/ using the Message Centre 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: 30
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: 2021/S 000-008680
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
22 September 2021
Local time
3:00pm
Changed to:
Date
29 September 2021
Local time
3:00pm
See the change notice.
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
23 September 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 Helpcentre' 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
NHS 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.