Opportunity

PR5172 Provision of the Total Bed Management and Pressure Area Care Framework Agreement

  • Royal Free London NHS Foundation Trust

F02: Contract notice

Notice reference: 2021/S 000-024911

Published 6 October 2021, 2:42pm



The closing date and time has been changed to:

22 November 2021, 10:00am

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Royal Free London NHS Foundation Trust

Pond Street

London

NW3 2QG

Email

rf.ppstenders@nhs.net

Telephone

+44 2077940500

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://suppliers.multiquote.com/Page/Login.aspx

Buyer's address

https://suppliers.multiquote.com/Page/Login.aspx

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://suppliers.multiquote.com

Additional information can be obtained from another address:

Royal Free London NHS Foundation Trust

Pond Street

London

NW3 2QG

Email

rf.ppstenders@nhs.net

Telephone

+44 2077940500

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://suppliers.multiquote.com/Page/Login.aspx

Buyer's address

https://suppliers.multiquote.com/Page/Login.aspx

Tenders or requests to participate must be submitted electronically via

https://suppliers.multiquote.com

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

PR5172 Provision of the Total Bed Management and Pressure Area Care Framework Agreement

Reference number

CA9218 - PR5172

two.1.2) Main CPV code

  • 85140000 - Miscellaneous health services

two.1.3) Type of contract

Services

two.1.4) Short description

Royal Free London NHS Foundation Trust is establishing a single supplier Framework Agreement for the Provision of Total Bed Management and Pressure Area Care (the “Framework Agreement”) that will be available to all Participating Authorities set out in the Contract Notice.

The requirement categories are as follows:

• Electric Bedframes;

• Emergency Trolleys;

• Theatre Trolleys;

• Dynamic Mattresses;

• Low Air Loss Mattresses;

• Foam Mattresses;

• Air Cushions;

• Maternity Cots;

• Maternity Beds;

• Paediatric Dynamic Mattresses;

• Paediatric Cot Frame;

• Non Foam Pressure Reducing Device;

• ITU Electric Bedframe;

• Bariatric Bedframe;

• Bariatric Dynamic Mattress;

• Specialist Therapy/ Product provision;

• Infection Control/Decontamination;

• Training & Support;

• Service & Maintenance;

• Contract Management, Reporting & Service Delivery;

• Trust Owned Equipment; and

• Implementation and Exit Plan.

two.1.5) Estimated total value

Value excluding VAT: £40,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85100000 - Health services
  • 85112100 - Hospital-bedding services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

London

two.2.4) Description of the procurement

Royal Free London NHS Foundation Trust is establishing a single supplier Framework Agreement for the Provision of Total Bed Management and Pressure Area Care (the “Framework Agreement”) that will be available to all Participating Authorities set out in the Contract Notice.

The Participating Authorities include current and future members of the Integrated Care System (ICS) organisations and others as listed below and in the attached document.

Participating Authorities include:

• North Central London ICS

https://www.northlondonpartners.org.uk/

• South West London ICS

https://www.swlondon.nhs.uk/

• Barking, Havering and Redbridge University Hospitals NHS Trust

https://www.bhrhospitals.nhs.uk/

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £40,000,000

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

72 month(s) from the commencement date, with 48 initial month(s) and option to extend 2x12 month(s)

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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: 1

In the case of framework agreements, provide justification for any duration exceeding 4 years:

It is intended that the extension options for the Framework Agreement will only be utilised where it facilitates a call-off award by a Participating Authority who wishes to consolidate their supply base with other Participating Authorities. This being a primary objective of this procurement.

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

Originally published as:

Date

8 November 2021

Local time

10:00am

Changed to:

Date

22 November 2021

Local time

10:00am

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

8 November 2021

Local time

10:00am


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 payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court, Royal Courts of Justice, The Strand

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 20794760000

Country

United Kingdom