Future opportunity

Pulse Oximetry, Capnography and Related Patient Monitoring Technologies

  • NHS Supply Chain Operated by DHL Supply Chain Limited acting as agent of Supply Chain Coordination Ltd (SCCL)

F01: Prior information notice (prior information only)

Notice reference: 2022/S 000-026525

Published 22 September 2022, 12:11pm



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)

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

Contact

Cheryl Wilson

Email

Cheryl.wilson2@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

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

Additional information can be obtained from another address:

DHL Supply Chain Limited

Foxbridge Way

Normanton

WF6 1TL

Contact

Cheryl Wilson

Email

Cheryl.wilson2@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

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

Pulse Oximetry, Capnography and Related Patient Monitoring Technologies

two.1.2) Main CPV code

  • 33195000 - Patient-monitoring system

two.1.3) Type of contract

Supplies

two.1.4) Short description

The purpose of this notice is to draw attention to a procurement that NHS Supply Chain intends to commence during the subsequent 12 months.

The NHS Supply Chain Pulse Oximetry, Capnography and Related Patient Monitoring Technologies framework, covers five base modalities, Saturated Pulse Oximetry (SPO2), Endtidal Carbon Dioxide (ETCO2), Near Infra-red Spectroscopy (NIRS), Transcutaneous Carbon Dioxide Partial Pressure (PCO2) and Depth of Anaesthesia. The products included are monitors and devices and their corresponding consumables. It is anticipated that initial expenditure will be in the region of £33m to £35m 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 for 2+2 year term would be in the region £145m.

The Framework Agreement between NHS Supply Chain and successful suppliers will reserve the right to purchase the same or similar supplies and/or services from suppliers not appointed to the Framework Agreement at its sole discretion.

NHS Supply Chain intends to enter into arrangements under which it will be entitled to purchase supplies and/or services 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 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.

two.1.5) Estimated total value

Value excluding VAT: £145,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Monitors and Devices

Lot No

Lot 1

two.2.2) Additional CPV code(s)

  • 33195100 - Monitors
  • 33195110 - Respiratory monitors
  • 33195200 - Central monitoring station

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

Monitors or Devices - Arm Device, Bedside/Table Top Monitor, Finger Device, Handheld Device, Wrist Device.

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £3m to £5m 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

Consumables

Lot No

Lot 2

two.2.2) Additional CPV code(s)

  • 33100000 - Medical equipments
  • 33140000 - Medical consumables

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

Sensors, Tape/Wraps, Airway Adaptors, Sample Lines, Water Trap, Nasal Cannula, Capnogrpahy Mask, Cable/Connector.

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £27m to £30m 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.3) Estimated date of publication of contract notice

25 April 2023


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

six.3) Additional information

The following certification will be a requirement of the upcoming tender exercise and Applicants may be required to include evidence of this within their tender submission.

-ISO 9001:2015 accredited by United Kingdom Accreditation or equivalent externally accredited and up-to-date quality standard certificate(s) covering all segments of the Applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage, distribution and customer service. If such certificates are not in the name of the Applicant then the Applicant must supply a copy of agreements setting out the authority and responsibilities of all parties in the supply chain and provide evidence of ISO9001:2015 or equivalent for all relevant parties in the supply chain.

-Public Liability Insurance cover of £5m per claim in the name of the Applicant

-Product Liability Insurance cover in the name of the Applicant of £5m per claim or £5m per claim and in the annual aggregate

-Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable).

If an Applicant commits to obtain ISO9001:2015 or equivalent quality standard certificate, Public Liability Insurance or Product Liability Insurance certification at the time of their tender submission then the requirement is that such certification is in place prior to the commencement date of the framework agreement (in order for NHS Supply Chain to place orders with the successful Applicant).

The NHS has adopted PPN 06/20 (taking account of Social Value in the award of Government Contracts) 2022, and therefore this future Framework Agreement will include some qualitative evaluation questions on Social Value with a min. weighting of 10% towards the award. For more information on Social Value and to understand what’s included in Social Value, please see: https://www.gov.uk/government/publications/procurement-policy-note-0620-takingaccount-ofsocialvalue-in-the-award-of-central-government-contracts. In addition, from April 2023: the NHS will adopt the Government’s ‘Taking Account of Carbon Reduction Plans‘ (PPN 06/21) requiring all suppliers with new contracts for goods, services, and/or works with an anticipated contract value above £5 million per annum, to publish a carbon reduction plan for their direct emissions. From April 2024, the NHS will expand this requirement for all new contracts, irrespective of value. From April 2024, the NHS will expand this requirement for all new contracts, irrespective of value.

As part of its pre-tender strategy, NHS Supply Chain would also like to engage with suppliers of these products via a Request for Information (RFI). If you would like to complete the RFI document in respect of the products which are the subject of this procurement, then please follow the below instructions.

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 ‘Register here’

PORTAL ACCESS

Login with above URL. Within supplier area, click ‘SQs Open To All Suppliers’ link and select SQ_266 RFI Pulse Oximetry, Capnography and Related Patient Monitoring Technologies, Project_1019. Select Express interest. Select the ‘My Responses’ tab, download the RFI from Section 1.1.2 and submit your completed RFI as an attachment via response message.