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
sophie.calpin1@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
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
Sophie Calpin
sophie.calpin1@supplychain.nhs.uk
Country
United Kingdom
NUTS code
UKE4 - West Yorkshire
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
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
Respiratory Solutions
two.1.2) Main CPV code
- 33140000 - Medical consumables
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Framework Agreement is for the supply of Respiratory Solutions products including, Oxygen therapy, aerosol therapy, resuscitation therapy, anaesthesia and resuscitation, diagnostics and sterile water and humidification.
Precise quantities are unknown. It is anticipated that initial expenditure will be circa £14,741,609 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. Estimated total value will be circa £60,759,134 (2+2 year term).
two.1.5) Estimated total value
Value excluding VAT: £60,759,134
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
6
two.2) Description
two.2.1) Title
Oxygen and Medical Gas Therapy
Lot No
1
two.2.2) Additional CPV code(s)
- 33157000 - Gas-therapy and respiratory devices
- 33157110 - Oxygen mask
- 33157200 - Oxygen kits
- 33157800 - Oxygen administration unit
- 33157810 - Oxygen therapy unit
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
Products within this lot are oxygen therapy products used to administer oxygen. Products will include but are not limited to: oxygen facemasks, nasal cannula, venturi valves, tracheostomy facemasks, oxygen tubing, flowmeters, oxygen catheters and oxygen therapy adaptors/connectors.
two.2.5) Award criteria
Quality criterion - Name: Marketing and Service Quality / Weighting: 20%
Quality criterion - Name: Supply Chain Assessment / Weighting: 10%
Quality criterion - Name: Training and Education / Weighting: 10%
Price - Weighting: 60%
two.2.6) Estimated value
Value excluding VAT: £19,244,019
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
This Framework Agreement will have the option to extend incrementally for a period up 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
It is anticipated that in the first 24 months of the Framework Agreement, the value of purchases for this Lot will be circa £9,431,491 and for the full 48-month term (if extended), the anticipated value is circa £19,244,019. These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth from year 1 to 4.
two.2) Description
two.2.1) Title
Aerosol Therapy
Lot No
2
two.2.2) Additional CPV code(s)
- 33157100 - Medical gas masks
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
Products within this Lot are aerosol therapy products used to administer medicines via the breathing of a patient. Products will include but are not limited to: nebuliser products, nebuliser filter, compressor nebulisation, spacer for metered doe inhaler, valved tee adaptor, and aerosol facemasks.
two.2.5) Award criteria
Quality criterion - Name: Marketing and Service Quality / Weighting: 20%
Quality criterion - Name: Supply Chain Assessment / Weighting: 10%
Quality criterion - Name: Training and Education / Weighting: 10%
Price - Weighting: 60%
two.2.6) Estimated value
Value excluding VAT: £11,895,727
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
This Framework Agreement will have the option to extend incrementally for a period up 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
It is anticipated that in the first 24 months of the Framework Agreement, the value of purchases for this Lot will be circa £5,830,096 and for the full 48-month term (if extended), the anticipated value is circa £11,895,727. These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth from year 1 to 4.
two.2) Description
two.2.1) Title
Respiratory Therapy
Lot No
3
two.2.2) Additional CPV code(s)
- 33157400 - Medical breathing 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
Products within this Lot relate to respiratory therapy for patients. These products can support the removal of secretions from the lungs and aim to reduce the occurrence of respiratory infections and the ensuing requirement for antibiotics or hospitalisation.
two.2.5) Award criteria
Quality criterion - Name: Marketing and Service Quality / Weighting: 20%
Quality criterion - Name: Supply Chain Assessment / Weighting: 10%
Quality criterion - Name: Training and Education / Weighting: 10%
Price - Weighting: 60%
two.2.6) Estimated value
Value excluding VAT: £11,397,215
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
This Framework Agreement will have the option to extend incrementally for a period up 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
It is anticipated that in the first 24 months of the Framework Agreement, the value of purchases for this Lot will be circa £5,585,775 and for the full 48-month term (if extended), the anticipated value is circa £11,397,215. These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth from year 1 to 4.
two.2) Description
two.2.1) Title
Anaesthesia and Resuscitation
Lot No
4
two.2.2) Additional CPV code(s)
- 33170000 - Anaesthesia and resuscitation
- 33171000 - Instruments for anaesthesia and resuscitation
- 33171100 - Instruments for anaesthesia
- 33171110 - Anaesthesia mask
- 33171200 - Instruments for resuscitation
- 33171210 - Resuscitation mask
- 33172000 - Anaesthesia and resuscitation devices
- 33172100 - Anaesthesia 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
This Lot is for products that support anaesthesia and resuscitation medical gas treatment, monitoring and diagnosis. Resuscitation products also relate to teaching and administering resuscitation to adults and children.
two.2.5) Award criteria
Quality criterion - Name: Marketing and Service Quality / Weighting: 20%
Quality criterion - Name: Supply Chain Assessment / Weighting: 10%
Quality criterion - Name: Training and Education / Weighting: 10%
Price - Weighting: 60%
two.2.6) Estimated value
Value excluding VAT: £7,275,607
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
This Framework Agreement will have the option to extend incrementally for a period up 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
It is anticipated that in the first 24 months of the Framework Agreement, the value of purchases for this Lot will be circa £3,565,775 and for the full 48-month term (if extended), the anticipated value is circa £7,275,607. These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth from year 1 to 4.
two.2) Description
two.2.1) Title
Diagnostics / Monitoring
Lot No
5
two.2.2) Additional CPV code(s)
- 33195000 - Patient-monitoring system
- 33195110 - Respiratory monitors
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
Products within this lot are respiratory diagnostic tools. Products will include but are not limited to: gas monitoring lines, spirometers, bacterial viral filter, peak flow meter, carbon dioxide monitor and baby respiration monitor.
two.2.5) Award criteria
Quality criterion - Name: Marketing and Service Quality / Weighting: 20%
Quality criterion - Name: Supply Chain Assessment / Weighting: 10%
Quality criterion - Name: Training and Education / Weighting: 10%
Price - Weighting: 60%
two.2.6) Estimated value
Value excluding VAT: £9,713,307
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
This Framework Agreement will have the option to extend incrementally for a period up 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
It is anticipated that in the first 24 months of the Framework Agreement, the value of purchases for this Lot will be circa £4,760,492 and for the full 48-month term (if extended), the anticipated value is circa £9,713,307. These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth from year 1 to 4.
two.2) Description
two.2.1) Title
Cold Humidification, nebulisation and sterile water
Lot No
6
two.2.2) Additional CPV code(s)
- 33190000 - Miscellaneous medical devices and 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
Products within this Lot are for cold humidification and nebulisation including sterile water. Products within this lot include but are not limited to: humidifiers, humidifier kit, humidification column, humidifier adaptor and sterile water for humidification.
two.2.5) Award criteria
Quality criterion - Name: Marketing and Service Quality / Weighting: 20%
Quality criterion - Name: Supply Chain Assessment / Weighting: 10%
Quality criterion - Name: Training and Education / Weighting: 10%
Price - Weighting: 60%
two.2.6) Estimated value
Value excluding VAT: £1,233,259
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
This Framework Agreement will have the option to extend incrementally for a period up 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
It is anticipated that in the first 24 months of the Framework Agreement, the value of purchases for this Lot will be circa £604,420 and for the full 48-month term (if extended), the anticipated value is circa £1,233,259. These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth from year 1 to 4.
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.
NHS Supply Chain intends to enter into arrangements under which it will be entitled to purchase supplies 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 (for the avoidance of doubt including local authorities) 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.
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 eTendering portal at https://nhssupplychain.app.jaggaer.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.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: 45
four.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction
Although an electronic auction will not be used to award all or part of the requirements of the Framework Agreement the use of eAuctions may be an option as part of any contracts awarded under the Framework Agreement.
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: 2020/S 243-603133
four.2.2) Time limit for receipt of tenders or requests to participate
Date
18 October 2021
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: 7 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
19 October 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
Not Applicable
Not Applicable
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 (as amended)