Tender

Andrology Framework: Penile Implants and Male Incontinence Products UCLH-2524

  • University College London Hospitals NHS FT

F02: Contract notice

Notice identifier: 2021/S 000-030101

Procurement identifier (OCID): ocds-h6vhtk-02fd0b

Published 3 December 2021, 2:28pm



Section one: Contracting authority

one.1) Name and addresses

University College London Hospitals NHS FT

250 Euston Road

London

NW1 2PG

Contact

Jean-Claude Simba

Email

jean-claude.simba@nhs.net

Country

United Kingdom

NUTS code

UKI31 - Camden and City of London

Internet address(es)

Main address

https://www.uclh.nhs.uk

Buyer's address

https://www.uclh.nhs.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

http://health.atamis.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://health.atamis.co.uk

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

http://health.atamis.co.uk

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

Andrology Framework: Penile Implants and Male Incontinence Products UCLH-2524

two.1.2) Main CPV code

  • 33160000 - Operating techniques

two.1.3) Type of contract

Supplies

two.1.4) Short description

The University College London Hospitals NHS Foundation Trust (UCLH) is seeking to establish a framework agreement with multiple suppliers for the supply of Andrology Products and Consumables. Tenders are invited for the supply of Penile Implants/Prosthesis and related consumables and Male Incontinence Products and related consumables. The procurement is divided into two lotsLot 1 - the Penile Implants/Prosthesis and related consumables.Lot 2 - Male Incontinence Products and related consumables.Further information about the lots can be obtained from the procurement documentation.

two.1.5) Estimated total value

Value excluding VAT: £3,200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 33184100 - Surgical implants

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

University College London Hospitals NHS Foundation Trust

two.2.4) Description of the procurement

Framework agreement for the supply and where applicable, associated services, for the Andrology products. The procurement is divided into two lots. Further information about the lots can be obtained from the procurement documentation.The estimated value of the Contract is estimated at approximately £500,000 800,000 per annum for both Lot 1 and Lot 2. The Framework and subsequent call offs contract will be awarded for the duration of 2 years period with the option to extend for up to a further 2 years.

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: £3,200,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The Framework and subsequent call offs contract will be awarded for the duration of 2 years period with the option to extend for up to a further 2 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

A framework contract will be awarded to two suppliers on each lot. The maximum number of suppliers for each lot may increase where two or more bidders have tied scores in the last awarded position only.


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

Date

7 January 2022

Local time

12:00pm

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

3 December 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

The High Court

Strand

London

WC2A 2LL

Email

generaloffice@administrativecourtoffice.justice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/courts-tribunals