Opportunity

Operating Theatres Equipment and Related Accessories and Services

  • NHS Supply Chain

F02: Contract notice

Notice reference: 2023/S 000-031638

Published 26 October 2023, 2:27pm



Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

Contact

Lindsay Baker

Email

lindsay.baker@supplychain.nhs.uk

Country

United Kingdom

NUTS code

UKI4 - Inner London – East

National registration number

10881715

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

Building 3, Carrwood Park, Swillington Common Farm

Leeds

LS15 4LG

Email

lindsay.baker@supplychain.nhs.uk

Country

United Kingdom

NUTS code

UKE42 - Leeds

National registration number

10881715

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-of-health

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

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

Operating Theatres Equipment and Related Accessories and Services

two.1.2) Main CPV code

  • 33100000 - Medical equipments

two.1.3) Type of contract

Supplies

two.1.4) Short description

NHS Supply Chain intends to launch a National Framework Agreement for the provision of the following types of equipment Architectural Surgical Medical Systems, Operating and Diagnostic Imaging Tables, Patient Stretchers and Trolleys, Medical Lasers, Electrosurgical Equipment and all Related Accessories and Services. Please note that this Framework will not cover the purchase of consumables alone. For the avoidance of doubt consumables will only be in scope of the proposed Framework if purchased alongside the types of equipment, as stated in any subsequent specification

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £108,937,500 in the first 2 years 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. The estimated value over the total Framework Agreement term (including any extension options) is anticipated to be in the region of £226,554,003.75

two.1.5) Estimated total value

Value excluding VAT: £226,554,003.75

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

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

two.2) Description

two.2.1) Title

Electrosurgical Equipment, Smoke Evacuators and Related Accessories and Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 33161000 - Electrosurgical unit

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

Electrosurgical Equipment, Smoke Evacuators

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10

Quality criterion - Name: Support / Weighting: 15

Quality criterion - Name: Supply / Weighting: 10

Quality criterion - Name: Warranty and Repairs / Weighting: 10

Quality criterion - Name: Training / Weighting: 15

Cost criterion - Name: Financial / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £34,519,003.75

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

This Framework Agreement is initially for 24 months with an option to extend to 48 months.

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 is initially for 24 months with an option to extend 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

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £4,000,000 to £8,050,000 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

Architectural Surgical Medical Systems (ASMS) and Related Accessories and Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 31211110 - Control panels
  • 31500000 - Lighting equipment and electric lamps
  • 31520000 - Lamps and light fittings
  • 31524000 - Ceiling or wall light fittings
  • 31524110 - Operating-theatre lamps
  • 31682200 - Instrument panels
  • 33162000 - Operating theatre devices and instruments
  • 33167000 - Surgical lights
  • 33190000 - Miscellaneous medical devices and products
  • 33192000 - Medical furniture
  • 33192340 - Operating theatre furniture except tables
  • 34991000 - Field operating lights
  • 35261000 - Information panels
  • 44115710 - Canopies
  • 48620000 - Operating systems
  • 51400000 - Installation services of medical and surgical equipment

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

Mobile Theatre lights;

Fixed Theatre lights;

Examination Lights;

Fixed Pendant (including beams);

Multi-move pendant (including beams);

Theatre Control Units;

Canopies

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10

Quality criterion - Name: Support / Weighting: 15

Quality criterion - Name: Supply / Weighting: 10

Quality criterion - Name: Warranty and Repairs / Weighting: 15

Quality criterion - Name: Training / Weighting: 10

Cost criterion - Name: Financial / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £33,400,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

This Framework Agreement is initially for 24 months with an option to extend to 48 months.

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 is initially for 24 months with an option to extend 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

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £2,200,000 to £15,500,000 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

Operating and Diagnostic Imaging Tables and Related Accessories and Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 33111100 - X-ray table
  • 33162000 - Operating theatre devices and instruments
  • 33190000 - Miscellaneous medical devices and products
  • 33192000 - Medical furniture
  • 33192210 - Examination tables
  • 33192230 - Operating tables
  • 51400000 - Installation services of medical and surgical equipment

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

General operating tables;

Trauma and orthopaedic operating tables;

Gynaecology and urology operating tables;

Lightweight and manual operating tables;

Transfer operating systems;

Spinal operating systems;

Diagnostic Imaging tables

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10

Quality criterion - Name: Support / Weighting: 15

Quality criterion - Name: Supply / Weighting: 10

Quality criterion - Name: Warranty and Repairs / Weighting: 15

Quality criterion - Name: Training / Weighting: 10

Cost criterion - Name: Financial / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £66,235,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

This Framework Agreement is initially for 24 months with an option to extend to 48 months.

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 is initially for 24 months with an option to extend 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

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £5,400,000 to £13,035,000 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

Medical Lasers and Related Accessories and Services

Lot No

4

two.2.2) Additional CPV code(s)

  • 33128000 - Medical laser other than for surgery
  • 33169100 - Surgical laser

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

Medical Lasers - Dermatological and Plastics for use in Ablative, Hair Removal, Vascular, Tattoo & Pigmentation and Skin Resurfacing Procedures;

Medical Lasers - Urological for use in Stones and Soft Tissue Procedures;

Medical Lasers - Surgical for use in ENT and General & Gastro Procedures

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10

Quality criterion - Name: Support / Weighting: 18

Quality criterion - Name: Supply / Weighting: 14

Quality criterion - Name: Warranty and Repairs / Weighting: 14

Quality criterion - Name: Training / Weighting: 14

Cost criterion - Name: Financial / Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £32,000,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

This Framework Agreement is initially for 24 months with an option to extend to 48 months

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 is initially for 24 months with an option to extend 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

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £6,000,000 to £6,500,000 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

Patient Stretchers and Trolleys and Related Accessories and Services

Lot No

5

two.2.2) Additional CPV code(s)

  • 33192000 - Medical furniture
  • 33192160 - Stretchers
  • 34911100 - Trolleys
  • 51400000 - Installation services of medical and surgical equipment

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

Trolleys for in hospital use;

Trolleys for Ambulance use;

MRI Conditional Patient trolleys;

Incubator transport trolleys;

Stretchers;

Transfer Chairs;

Spinal boards;

Clamshell stretchers;

Rescue Stretchers

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10

Quality criterion - Name: Support / Weighting: 20

Quality criterion - Name: Supply / Weighting: 12

Quality criterion - Name: Warranty and Repairs / Weighting: 18

Quality criterion - Name: Training / Weighting: 10

Cost criterion - Name: Financial / Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £60,400,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

This Framework Agreement is initially for 24 months with an option to extend to 48 months.

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 is initially for 24 months with an option to extend 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

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £5,100,000 to £14,200,000 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.


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.

The Framework Agreement will be between SCCL (acting as the management function of The NHS Supply Chain) and the Applicant, however 1) SCCL; or, 2) any of the organisations described at Clause 1.9, Schedule 1 of the Framework Agreement (Attachment 4a) will be able to enter into a direct contract with the Applicant for any of the Goods and/or Services available under the Framework. NHS Supply Chain reserves the right to review the route to market throughout the lifetime of the Framework Agreement and move products to a non-direct route where appropriate to do so. Contracts placed under the Framework Agreement through the Direct Route of Supply, by parties other than SCCL, are between the relevant party and the Applicant and SCCL is not a party to those contracts. Such contracts may arise after a mini competition process and Applicants should note that only SCCL will be entitled to reopen competition under the Framework Agreement unless express written consent to alternative arrangements is provided by SCCL.

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

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

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: 2023/S 000-003208

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

Date

27 November 2023

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

Duration in months: 7 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

28 November 2023

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 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:

ITT_1021 - Operating Theatre’s Equipment and related Accessories and Services

ITT_1022 - Lot 1 - Electrosurgical Equipment and Related Accessories and Services

ITT_1023 - Lot 2 - Architectural Surgical Medical Systems (ASMS) and Related Accessories and Services

ITT_1024 - Lot 3 - Operating and Diagnostic Imaging Tables and Related Accessories and Services

ITT_1025 - Lot 4 - Medical Lasers and Related Accessories and Services

ITT_1026 - Lot 5 - Patient Stretchers and Trolleys and Related Accessories and Services

Please note: you must respond to ITT_1021 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 Help centre 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

NHS Supply Chain Operated by Supply Chain Coordination Limited (SCCL)

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/department-of-health