Contract

Patient Monitoring Equipment, Bedside Equipment Alarm Monitoring Systems and Related Products and Services

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

F03: Contract award notice

Notice identifier: 2024/S 000-019858

Procurement identifier (OCID): ocds-h6vhtk-0399b8

Published 28 June 2024, 4:11pm



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

Scott Musgrave

Email

scott.musgrave1@supplychain.nhs.uk

Telephone

+44 7955204234

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.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 Monitoring Equipment, Bedside Equipment Alarm Monitoring Systems and Related Products and Services

two.1.2) Main CPV code

  • 33195000 - Patient-monitoring system

two.1.3) Type of contract

Supplies

two.1.4) Short description

NHS Supply Chain intends to launch a National Framework Agreement for the provision of the following types of Monitoring Systems: Spot Check, Vital Signs, Pre-Hospital Transport, Magnetic Resonance Imaging Compatible, Central Station, Telemetry, Foetal, Cardiac Output, Electroencephalograph and Electromyography and Transfer (individual patient modular monitor).Please note that this framework will not cover the purchase of consumables alone. For the avoidance of doubt consumables will only be in scope of the proposed Framework if purchased alongside the types of equipment, as stated in any subsequent specification. It is anticipated that initial expenditure will be in the region of £166 million in the first 24 months 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 over the total Framework Agreement term of 48 months is £332 million.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £332,000,000

two.2) Description

two.2.1) Title

Non-Specialist Patient Monitoring Equipment

Lot No

1

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

This Lot is for Non-Specialist Patient Monitoring Equipment designed to monitor and provide a visual output of selected physiological measurements from a patient. Clinical Monitoring areas include;

Ward based Monitoring (Vital Signs / Spot Check / Low Acuity), Acute Care Monitoring, Perioperative Monitoring, Operative Monitoring, Cardiac Care Monitoring, Neonatal/Special Care Baby Unit (SCBU) Monitoring, Central Stations, Mobile Monitoring, Pre-Hospital Monitoring, Neuro Critical Care Monitoring and Neuromuscular Blockade Monitoring.

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10%

Quality criterion - Name: Supply / Weighting: 10%

Quality criterion - Name: Support / Weighting: 15%

Quality criterion - Name: Training / Weighting: 15%

Quality criterion - Name: Warranty and Repairs / Weighting: 10%

Cost criterion - Name: Financial / Weighting: 40%

two.2.11) Information about options

Options: Yes

Description of options

This Framework Agreement is initially for 24 months with an option to extend to 48 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

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £65,900,000.00 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

Specialist Patient Monitoring Equipment

Lot No

2

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

This Lot is for Specialist Patient Monitoring Equipment designed to monitor and provide a visual output of selected physiological measurements from a patient. Specialised Monitoring areas include:

Foetal Monitoring (Intrapartum and Antepartum), Electroencephalogram (EEG) Monitoring, Amplitude-integrated EEG (a-EEG/CFM) Monitoring, Electromyography (EMG) Monitoring,

MRI Conditional Monitoring, Cardiac Output Monitoring and Ultra Long-term Subcutaneous Electroencephalogram (EEG) Monitoring

Electrical Impedance Tomography Monitoring

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10%

Quality criterion - Name: Supply / Weighting: 10%

Quality criterion - Name: Support / Weighting: 15%

Quality criterion - Name: Training / Weighting: 15%

Quality criterion - Name: Warranty and Repairs / Weighting: 10%

Cost criterion - Name: Financial / Weighting: 40%

two.2.11) Information about options

Options: Yes

Description of options

This Framework Agreement is initially for 24 months with an option to extend to 48 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

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £16,600,000.00 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

Bedside Equipment Alarm Monitoring Systems

Lot No

3

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

This Lot is for Bedside Equipment Alarm Monitoring Systems, to provide an acoustic monitoring system for critical bedside alarms, designed to alert clinical staff to medical device alarms through a visual and spoken notifications system.

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10%

Quality criterion - Name: Supply / Weighting: 10%

Quality criterion - Name: Support / Weighting: 15%

Quality criterion - Name: Training / Weighting: 15%

Quality criterion - Name: Warranty and Repairs / Weighting: 10%

Cost criterion - Name: Financial / Weighting: 40%

two.2.11) Information about options

Options: Yes

Description of options

This Framework Agreement is initially for 24 months with an option to extend to 48 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

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £500,000.00 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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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: 2023/S 000-002003


Section five. Award of contract

Contract No

Project_975

Lot No

1

Title

Non-Specialist Patient Monitoring Equipment

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 May 2024

five.2.2) Information about tenders

Number of tenders received: 21

Number of tenders received from SMEs: 18

Number of tenders received from tenderers from other EU Member States: 2

Number of tenders received from tenderers from non-EU Member States: 20

Number of tenders received by electronic means: 21

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

A. C. Cossor & Son (Surgical) Limited

Egham

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Uniphar Medtech UK Limited

Belfast

Country

United Kingdom

NUTS code
  • UKN - Northern Ireland
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Delta Surgical Limited

Newcastle

Country

United Kingdom

NUTS code
  • UKG2 - Shropshire and Staffordshire
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Draeger Medical UK Limited

Hemel Hempstead

Country

United Kingdom

NUTS code
  • UKH23 - Hertfordshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

Edan Medical (UK) Limited

Northampton

Country

United Kingdom

NUTS code
  • UKF2 - Leicestershire, Rutland and Northamptonshire
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Fukuda Denshi UK Ltd

Sheffield

Country

United Kingdom

NUTS code
  • UKE32 - Sheffield
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Ge Medical Systems Limited

St Giles

Country

United Kingdom

NUTS code
  • UKJ13 - Buckinghamshire CC
The contractor is an SME

No

five.2.3) Name and address of the contractor

Masimo Europe Limited

Basingstoke

Country

United Kingdom

NUTS code
  • UKJ36 - Central Hampshire
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Mindray (UK) Limited

Huntingdon

Country

United Kingdom

NUTS code
  • UKH12 - Cambridgeshire CC
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Nihon Kohden UK Limited

Guildford

Country

United Kingdom

NUTS code
  • UKJ25 - West Surrey
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Penlon Limited

Abingdon

Country

United Kingdom

NUTS code
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Philips Electronics UK Limited

Farnborough

Country

United Kingdom

NUTS code
  • UKJ36 - Central Hampshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

Pro Health Solutions Ltd

London

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Rudolf Riester GmbH

Jungingen

Country

Germany

NUTS code
  • DE143 - Zollernalbkreis
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Spacelabs Healthcare Limited

London

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Viamed Limited

Keighley

Country

United Kingdom

NUTS code
  • UKE41 - Bradford
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Welch Allyn (U.K.) Limited

Compton

Country

United Kingdom

NUTS code
  • UKJ11 - Berkshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

Zoll Medical UK Limited

Runcorn

Country

United Kingdom

NUTS code
  • UKD6 - Cheshire
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £263,600,000


Section five. Award of contract

Contract No

Project_975

Lot No

2

Title

Specialist Patient Monitoring Equipment

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 May 2024

five.2.2) Information about tenders

Number of tenders received: 26

Number of tenders received from SMEs: 20

Number of tenders received from tenderers from other EU Member States: 3

Number of tenders received from tenderers from non-EU Member States: 23

Number of tenders received by electronic means: 26

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

A. C. Cossor & Son (Surgical) Limited

Egham

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Uniphar Medtech UK Limited

Belfast

Country

United Kingdom

NUTS code
  • UKN - Northern Ireland
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Central Medical Supplies Limited

Leek

Country

United Kingdom

NUTS code
  • UKG24 - Staffordshire CC
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Deltex Medical Limited

Chichester

Country

United Kingdom

NUTS code
  • UKJ27 - West Sussex (South West)
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Dot Medical Limited

Macclesfield

Country

United Kingdom

NUTS code
  • UKD6 - Cheshire
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Edan Medical (UK) Limited

Northampton

Country

United Kingdom

NUTS code
  • UKF2 - Leicestershire, Rutland and Northamptonshire
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Edwards Lifesciences Limited

London

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

Ge Medical Systems Limited

St Giles

Country

United Kingdom

NUTS code
  • UKJ13 - Buckinghamshire CC
The contractor is an SME

No

five.2.3) Name and address of the contractor

Healthcare 21 (UK) Limited

Basingstoke

Country

United Kingdom

NUTS code
  • UKJ36 - Central Hampshire
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Huntleigh Healthcare Limited

Dunstable

Country

United Kingdom

NUTS code
  • UKH2 - Bedfordshire and Hertfordshire
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Inomed Neurocare Limited

London

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Masimo Europe Limited

Basingstoke

Country

United Kingdom

NUTS code
  • UKJ36 - Central Hampshire
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Medevolve Limited

Guildford

Country

United Kingdom

NUTS code
  • UKJ25 - West Surrey
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Medtronic Limited

Watford

Country

United Kingdom

NUTS code
  • UKH23 - Hertfordshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

Micromed Electronics Limited

West Byfleet

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Neoventa Medical Limited

Cobham

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
The contractor is an SME

No

five.2.3) Name and address of the contractor

Neurogen Limited

Cardiff

Country

United Kingdom

NUTS code
  • UKL22 - Cardiff and Vale of Glamorgan
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Nihon Kohden UK Limited

Guildford

Country

United Kingdom

NUTS code
  • UKJ25 - West Surrey
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Optima Medical Limited

Guildford

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
The contractor is an SME

No

five.2.3) Name and address of the contractor

Philips Electronics UK Limited

Farnborough

Country

United Kingdom

NUTS code
  • UKJ36 - Central Hampshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

Schiller UK Ltd

Reading

Country

United Kingdom

NUTS code
  • UKJ11 - Berkshire
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

UNEEG Medical UK Ltd

Southport

Country

United Kingdom

NUTS code
  • UKD7 - Merseyside
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Vygon (U.K.) Limited

Swindon

Country

United Kingdom

NUTS code
  • UKK14 - Swindon
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Wardray Premise Limited

Sutton

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Probo Medical Ltd

Gloucester

Country

United Kingdom

NUTS code
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £66,400,000


Section five. Award of contract

Contract No

Project_975

Lot No

3

Title

Bedside Equipment Alarm Monitoring Systems

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 May 2024

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from non-EU Member States: 4

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Nihon Kohden UK Limited

Guildford

Country

United Kingdom

NUTS code
  • UKJ25 - West Surrey
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

TBG Solutions Limited

Chesterfield

Country

United Kingdom

NUTS code
  • UKF1 - Derbyshire and Nottinghamshire
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £2,000,000


Section six. Complementary information

six.3) Additional information

Submission of expression of interest and procurement specific information:

This procurement exercise will be conducted on the NHS Supply Chain eTendering 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 eTendering portal as follows:

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.

Portal access.

If registration has been completed:

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

— Click on the ‘Supplier Dashboard’ icon to open the list of new procurement events.

Expression of interest.

— View Contract Notice content by clicking on the ‘VIEW NOTICE’ button for the procurement event. This opens a PDF document.

— Express an interest by clicking on the ‘EXPRESS INTEREST’ button.

— To start the response process after the expression of interest has been done, select the ‘My Active Opportunities’ option and click on the ‘Apply’ button.

— Select the procurement event from the list by clicking on the description

— In the detail view click on the orange coloured ‘Framework Agreement’ button to start responding to the tender.

Header level requirements:

— Applicants are required to read all Framework Header Documents which can be accessed using the ‘NHS SCHEADER DOCUMENTS’ button, which is located in the ‘SELECT FRAMEWORK’ tab.

— Applicants are required to upload the documents requested using the ‘SUPPLIER HEADER DOCUMENTS’ button, which is located in the ‘SELECT FRAMEWORK’ tab.

— Applicants are required to complete all mandatory questions, which can be accessed using the ‘FRAMEWORK QUESTIONNAIRE’ tab.

Lot level requirements:

— A preview of the Lot line details can be viewed using the ‘LOT HEADER’ tab, by selecting the Lot and using the ‘LOT LINE INFORMATION’ button. In order to respond to a Lot, Applicants must select the relevant Lot and then use the ‘EXPRESS INTENT’ button. This expression of intent does not place any obligation on the Applicant to respond, the action unlocks the ability to respond.

— Complete price offers per line for the Lot by completing the required fields for the lines the Applicant wantsto include in the bid using the ‘LOT LINE DETAIL’ tab. There are a number of mandatory fields to complete on a product line basis; these are highlighted in yellow in the ‘LOT LINE DETAIL’ tab.

— Applicants are required to answer all mandatory Lot specific questions found in the ‘LOT EVALUATIONCRITERIA’ tab.

— Applicants are then required to click on the ‘TERMS AND CONDITIONS’ button in the ‘SUBMIT INDIVIDUALLOT RESPONSE(S)’ tab to view and accept the ISS Terms and Conditions.

— Accept the ISS ‘TERMS AND CONDITIONS’ button to access this function.

— Submit Lot response, by clicking on the ‘SUBMIT RESPONSE TO SELECTED LOT’ button in the ‘SUBMITINDIVIDUAL LOT RESPONSE(S)’ tab to submit response for the Lot. Each Lot must be submitted independently.

— Applicants are able to view their submission using the ‘SUPPLIER SUBMISSION REPORT’ button, found in the ‘SUBMIT INDIVIDUAL LOT RESPONSE(S)’ tab.

Please refer to Section III.1.1 for additional information.

six.4) Procedures for review

six.4.1) Review body

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

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

Email

scott.musgrave1@supplychain.nhs.uk

Telephone

+44 7955204234

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/department-of-health

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 (as amended).