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
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
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).