Opportunity

Operating Microscopes and Associated Accessories

  • SCCL (Acting as the management function of the NHS Supply chain)

F02: Contract notice

Notice reference: 2022/S 000-020537

Published 27 July 2022, 5:06pm



Section one: Contracting authority

one.1) Name and addresses

SCCL (Acting as the management function of the NHS Supply chain)

Wellington House 133-155, Water Loo Road

London

SE1 8UG

Contact

Natalie McBride

Email

natalie.mcbride@supplychain.nhs.uk

Country

United Kingdom

NUTS code

UKI - London

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 the above-mentioned address

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

Operating Microscopes and Associated Accessories

two.1.2) Main CPV code

  • 33100000 - Medical equipments

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 Operating microscopes, for both theatre and outpatient environments including all variations specified for use in a medical setting excluding Pathology and Laboratory Microscopes. Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £20,000,000 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. The estimated value over the total Framework Agreement term (including any extension options) is £80,000,000, including growth.

two.1.5) Estimated total value

Value excluding VAT: £80,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Theatre Microscopes

Lot No

1

two.2.2) Additional CPV code(s)

  • 33100000 - Medical equipments
  • 33124100 - Diagnostic devices
  • 33124110 - Diagnostic systems
  • 33162100 - Operating-theatre devices
  • 33164100 - Colposcope
  • 38510000 - Microscopes
  • 38634000 - Optical microscopes
  • 48180000 - Medical software package
  • 50340000 - Repair and maintenance services of audio-visual and optical equipment
  • 50344000 - Repair and maintenance services of optical equipment
  • 51400000 - Installation services of medical and surgical equipment
  • 72212180 - Medical software development services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various places in UK

two.2.4) Description of the procurement

Lot 1 – Theatre Microscopes includes but is not limited to the following

• Ear, Nose, Throat (ENT);

• Ophthalmic

• Digital Microscopes

• Neurological;

• Plastics and Maxillofacial; and

• Associated Accessories.

two.2.5) Award criteria

Quality criterion - Name: Supply / Weighting: 8%

Quality criterion - Name: Support / Weighting: 12%

Quality criterion - Name: Training / Weighting: 14%

Quality criterion - Name: Warranty and Repairs / Weighting: 16%

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

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £16,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

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 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

NHS Supply Chain seeks to establish a non-exclusive Framework Agreement for the provision of Operating Microscopes and Associated Accessories on a direct route of supply basis between NHS Supply Chain's customers and successful Applicants. It is anticipated that in the first 36 months of the Framework Agreement the value of purchases will be circa £48000000 however this is approximate only.

two.2) Description

two.2.1) Title

Outpatient Microscopes

Lot No

2

two.2.2) Additional CPV code(s)

  • 33100000 - Medical equipments
  • 33124100 - Diagnostic devices
  • 33124110 - Diagnostic systems
  • 33162100 - Operating-theatre devices
  • 33164100 - Colposcope
  • 38510000 - Microscopes
  • 38634000 - Optical microscopes
  • 48180000 - Medical software package
  • 50340000 - Repair and maintenance services of audio-visual and optical equipment
  • 50344000 - Repair and maintenance services of optical equipment
  • 51400000 - Installation services of medical and surgical equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various places in UK

two.2.4) Description of the procurement

Lot 2 – Outpatient Microscopes includes but is not limited to the following

• Ear, Nose, Throat (ENT);

• Dental;

• Colposcope; and

• Associated Accessories.

two.2.5) Award criteria

Quality criterion - Name: Supply / Weighting: 8%

Quality criterion - Name: Support / Weighting: 12%

Quality criterion - Name: Training / Weighting: 14%

Quality criterion - Name: Warranty and Repairs / Weighting: 16%

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

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £4,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

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 up to 48months.

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

NHS Supply Chain seeks to establish a non-exclusive Framework Agreement for the provision of Operating Microscopes and Associated Accessories on a direct route of supply basis between NHS Supply Chain's customers and successful Applicants. It is anticipated that in the first 36 months of the Framework Agreement the value of purchases will be circa £12000000 however this is approximate only.


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

III.1) Conditions for participation

III.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 Lot for the Framework Agreement.

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 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 (Attachment 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 anytime, 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 retendering 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.


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

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: 2022/S 000-011436

four.2.2) Time limit for receipt of tenders or requests to participate

Date

29 August 2022

Local time

3:00pm

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: 12 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

30 August 2022

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 Help Centre' 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

Wellington House 133-155, Water Loo Raod

London

SE1 8UG

Email

Natalie.mcbride@supplychain.nhs.uk

Country

United Kingdom

Internet address

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