Tender

Non-Invasive Ventilation, Sleep Therapy (CPAP),Sleep Monitoring (Diagnostics) & Managed Services

  • NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)

F02: Contract notice

Notice identifier: 2024/S 000-028647

Procurement identifier (OCID): ocds-h6vhtk-03f820

Published 6 September 2024, 3:46pm



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

Daniel Deeringer

Email

danny@procommercialltd.co.uk

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.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:

NHS Supply Chain

Foxbridge Way

Normanton

Contact

Daniel Deeringer

Email

danny@procommercialltd.co.uk

Country

United Kingdom

Region 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

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

Non-Invasive Ventilation, Sleep Therapy (CPAP),Sleep Monitoring (Diagnostics) & Managed Services

two.1.2) Main CPV code

  • 33100000 - Medical equipments

two.1.3) Type of contract

Supplies

two.1.4) Short description

Procurement of Non-invasive ventilators (NIV) , sleep monitoring and sleep therapy devices and all associated consumables to be used in community and hospital setting.

NIV consisting of CPAP, Bilevel and high flow therapy devices with associated consumables. Associated consumables will be ventilation circuits, interfaces, humidification chambers, travel bags and other associated ancillary ventilator products.

Sleep monitoring devices with multi-channel monitoring capabilities consisting of polysomnography, polygraph, respiratory inductive plethysmography, pulse oximetry, blood oxygen saturation (SpO2) sensors and associated consumables. Associated consumables will be sensors, straps, cable harnesses, cables, respiratory inductive

plethysmography belts and diagnostic software Sleep therapy devices consisting of CPAP and APAP with or without remote monitoring capabilities and associated consumables. Associated consumables will be masks, humidification chambers, circuits, headgear, travel bags, filters and data licenses

two.1.5) Estimated total value

Value excluding VAT: £212,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables
  • 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

Procurement of Non-invasive ventilators (NIV) , sleep monitoring and sleep therapy devices and all associated consumables to be used in community and hospital setting.

NIV consisting of CPAP, Bilevel and high flow therapy devices with associated consumables. Associated consumables will be ventilation circuits, interfaces, humidification chambers, travel bags and other associated ancillary ventilator products.

Sleep monitoring devices with multi-channel monitoring capabilities consisting of polysomnography, polygraph, respiratory inductive plethysmography, pulse oximetry, blood oxygen saturation (SpO2) sensors and associated consumables. Associated consumables will be sensors, straps, cable harnesses, cables, respiratory inductive

plethysmography belts and diagnostic software Sleep therapy devices consisting of CPAP and APAP with or without remote monitoring capabilities and associated consumables. Associated consumables will be masks, humidification chambers, circuits, headgear, travel bags, filters and data licenses

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10

Quality criterion - Name: Training and Education / Weighting: 10

Quality criterion - Name: Sales, Service and Quality / Weighting: 20

Cost criterion - Name: Commercial / Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £212,000,000

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: No

two.2.11) Information about options

Options: Yes

Description of options

This Framework Agreement will have the option to extend incrementally for 24 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


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.

[FOR FRAMEWORKS WHERE THERE WILL BE SOME DIRECT AND SOME NON-DIRECT PRODUCTS]

The Framework Agreement will be between NHS Supply Chain and the Supplier. Under the Framework Agreement there will be two different methods of supply - one for Non-Direct Contract Products and one for Direct Contract Products.

NHS Supply Chain will be entitled to purchase the supplies and/or services identified [in the tender documents] as Non-Direct Contract Products which it will then 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.

For the supplies and/or services identified as Direct Contract Products [in the tender documents] 1) NHS Supply Chain; 2) any NHS Trust; 3) any other NHS entity; 4) any government department, agency or other statutory body and/or 5) any private sector entity active in the UK healthcare sector will be able to enter into a direct contract with the Supplier for any of the supplies and/or services under the Framework.

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.

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

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

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 000-025495

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

Date

7 October 2024

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

Tender must be valid until: 6 May 2025

four.2.7) Conditions for opening of tenders

Date

7 September 2024

Local time

9:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

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 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 ITTs Open to All Suppliers.

— Select from the following ITTs:

Attachment 1 - Instructions to Applicants

Attachment 2 - Conditions of Participation

Attachment 3 - Form of Offer

Attachment 4a - Framework Agreement

Attachment 4b - Specification

Attachment 4c - Call-off Terms and Conditions for the Supply of Goods

Attachment 4d - Operational requirements of suppliers

Attachment 4e - Supplier Code of Conduct

Attachment 5 - Qualification, Evaluation and Award Guidance

Attachment 6 - Example evaluation of financial information

Attachment 7 - Product List

Attachment 8 - Additional Lines

Attachment 9 - Discount and Savings Initiatives

Attachment 10 - Glossary

Attachment 11 - Supply Chain Template

Attachment 12 - Supplier Images Guidelines

Please note: you must respond to Product_1022 In addition to any lots you intend to respond to.

— Click on Express Interest.

— If you intend to respond select Intend to Respond.

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)