Opportunity

Infusion Pumps Administration Sets and Associated Products

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

F02: Contract notice

Notice reference: 2021/S 000-029632

Published 29 November 2021, 10:45pm



The closing date and time has been changed to:

13 January 2022, 3:00pm

See the change notice.

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)

Skipton House, 80 London Road

London

SE1 6LH

Contact

Magdalena Krolik

Email

Magdalena.Krolik3@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

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

Magdalena Krolik

Email

Magdalena.Krolik3@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

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

Infusion Pumps Administration Sets and Associated Products

two.1.2) Main CPV code

  • 33194100 - Devices and instruments for infusion

two.1.3) Type of contract

Supplies

two.1.4) Short description

NHS Supply Chain seeks to establish a Framework Agreement for the procurement of Infusion Pumps Administration Sets and Associated Products to provide the intravenous delivery of solutions and bloods to a patient. This will include but not limited to:

1. Electrical and battery-operated infusion pumps, examples include volumetric pumps, syringe pumps, patient-controlled analgesia pumps, anaesthetic pumps, epidural pumps;

2. Pump Dedicated Administration Sets

3. Gravity Administration Sets – examples include solution, blood and burette sets.

4. Disposable Infusion Pumps; and

5. Infusion Rate Monitor

It is anticipated that in the first 24 months of the Framework Agreement the value of purchases will be in the region of £135,000,000 to £166,00,000.

two.1.5) Estimated total value

Value excluding VAT: £332,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
5

Maximum number of lots that may be awarded to one tenderer: 5

two.2) Description

two.2.1) Title

Electrical and Battery-Operated Infusion Pumps

Lot No

1

two.2.2) Additional CPV code(s)

  • 33100000 - Medical equipments
  • 33194000 - Devices and instruments for transfusion and infusion
  • 33194100 - Devices and instruments for infusion
  • 33194110 - Infusion pumps
  • 33194200 - Devices and instruments for transfusion
  • 42122410 - Pumps for medical use

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 the supply of electrical and battery powered infusion pumps for the administration of fluids, drugs, blood and nutrients. Pump types include, but are not limited to;

• Volumetric pumps;

• Syringe pumps;

• Anaesthetic/ TIVA pumps;

• Patient controlled analgesia (PCA) pumps;

• Epidural pumps;

• Ambulatory volumetric pumps;

• Regional analgesia pumps;

• Ambulatory syringe drivers; and

• Associated Accessories.

two.2.5) Award criteria

Quality criterion - Name: Clinical Acceptability / Weighting: 20

Quality criterion - Name: Sales & Service Support / Weighting: 20

Quality criterion - Name: Training Support / Weighting: 15

Quality criterion - Name: Sustainability / Weighting: 10

Quality criterion - Name: Supply Chain Resilience / Weighting: 5

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £24,000,000

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: 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 in the region of £20,000,000 to £24,000,000 and for the full 48-month term (if extended), the anticipated value is circa £48,000,000. These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth.

two.2) Description

two.2.1) Title

Pump Dedicated Administration Sets

Lot No

2

two.2.2) Additional CPV code(s)

  • 33141624 - Administration sets
  • 33194000 - Devices and instruments for transfusion and infusion
  • 33194100 - Devices and instruments for infusion
  • 33194120 - Infusion supplies

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 the supply of administration sets which are dedicated to specific manufacturer’s volumetric pumps. Products within this Lot will include:

• Solution sets;

• Oncology sets;

• Blood sets;

• Burette sets;

• Epidural sets;

• Medication cassettes;

• Patient Controlled Analgesia sets;

• Specialist sets; and

• Secondary sets.

two.2.5) Award criteria

Quality criterion - Name: Sales, Service and Quality / Weighting: 28

Quality criterion - Name: Training Support & Conversion Assistance / Weighting: 22

Quality criterion - Name: Sustainability / Weighting: 10

Quality criterion - Name: Supply Chain Resilience / Weighting: 10

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £90,000,000

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: 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 in the region of £80,000,000 to £90,000,000 and for the full 48-month term (if extended), the anticipated value is circa £180,000,000. These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth.

two.2) Description

two.2.1) Title

Gravity Administration Sets

Lot No

3

two.2.2) Additional CPV code(s)

  • 33141624 - Administration sets
  • 33194000 - Devices and instruments for transfusion and infusion
  • 33194100 - Devices and instruments for infusion
  • 33194120 - Infusion supplies

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 the supply of gravity administration sets. They are a device used as part of a system to administer and filter blood and/or blood components to a patient. Products within this lot will include:

• Gravity solution sets;

• Gravity blood sets;

• Gravity burette sets;

• Gravity blood and blood derivatives;

• Specialty sets; and

• Gravity secondary sets.

two.2.5) Award criteria

Quality criterion - Name: Sales, Service and Quality / Weighting: 25

Quality criterion - Name: Training Support & Conversion Assistance / Weighting: 20

Quality criterion - Name: Sustainability / Weighting: 10

Quality criterion - Name: Supply Chain Resilience / Weighting: 5

Price - Weighting: 40

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

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 in the region of £30,000,000 to £40,000,000 and for the full 48-month term (if extended), the anticipated value is circa £80,000,000. These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth.

two.2) Description

two.2.1) Title

Disposable Infusion Pumps

Lot No

4

two.2.2) Additional CPV code(s)

  • 33141624 - Administration sets
  • 33194000 - Devices and instruments for transfusion and infusion
  • 33194100 - Devices and instruments for infusion
  • 33194120 - Infusion supplies

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 the supply of non-electronic infusion pumps designed to provide ambulatory infusion therapy including local anaesthetics, analgesics, and antibiotics. They can have a bolus function and a continuous or adjustable basal rate. These pumps will be available in a variety of fill volumes, for example 100ml, 270ml and 400ml etc. Products in this lot include;

• Continuous single rate pumps;

• Continuous multi rate pumps;

• Intermittent pumps; and

• Disposable infusion pump accessories.

two.2.5) Award criteria

Quality criterion - Name: Sales, Service and Quality / Weighting: 30

Quality criterion - Name: Training Support & Conversion Assistance / Weighting: 25

Quality criterion - Name: Sustainability / Weighting: 10

Quality criterion - Name: Supply Chain Resilience / Weighting: 5

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £6,000,000

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: 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 in the region of £3,000,000 to £6,000,000 and for the full 48-month term (if extended), the anticipated value is circa £12,000,000. These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth.

two.2) Description

two.2.1) Title

Infusion Rate Monitor

Lot No

5

two.2.2) Additional CPV code(s)

  • 33194100 - Devices and instruments for infusion
  • 33194120 - Infusion supplies

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 the supply of infusion rate monitors which are devices that support the monitoring of infusion rates of a gravity infusion set with or without software capablity.

two.2.5) Award criteria

Quality criterion - Name: Sales, Service and Quality / Weighting: 25

Quality criterion - Name: Training Support & Conversion Assistance / Weighting: 20

Quality criterion - Name: Sustainability / Weighting: 10

Quality criterion - Name: Supply Chain Resilience / Weighting: 5

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £6,000,000

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: 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 in the region of £2,000,000 to £6,000,000 and for the full 48-month term (if extended), the anticipated value is circa £12,000,000. These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth.


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.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.

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: 15

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 250-626753

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

Originally published as:

Date

6 January 2022

Local time

3:00pm

Changed to:

Date

13 January 2022

Local time

3:00pm

See the change notice.

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

7 January 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 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

N/A

N/A

N/A

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

N/A

N/A

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)