Contract

Operating and Mobile Interventional Radiology Tables, Related Accessories and Services

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

F03: Contract award notice

Notice identifier: 2024/S 000-035291

Procurement identifier (OCID): ocds-h6vhtk-046ca8

Published 31 October 2024, 11:06am



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

Alexandra Gothard

Email

alexandra.gothard@supplychain.nhs.uk

Country

United Kingdom

Region code

UK - United Kingdom

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.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 and Mobile Interventional Radiology Tables, 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 General / Universal Operating Tables, Specialist Spinal Tables, Mobile Interventional Radiology Tables 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 £20,000,000 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. The estimated value over the total Framework Agreement term (including any extension options) is anticipated to be in the region of £80,000,000.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £80,000,000

two.2) Description

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 / Universal Operating Tables, Specialist Spinal Tables, Mobile Interventional Radiology Tables and all related Accessories and Services.

two.2.5) Award criteria

Quality criterion - Name: Supply / Weighting: 10%

Quality criterion - Name: Support / Weighting: 20%

Quality criterion - Name: Training / Weighting: 8%

Quality criterion - Name: Warranty and Repairs / Weighting: 12%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

This Lot 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: Yes

Identification of the project

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


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

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: 2024/S 000-017010

four.2.9) Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice


Section five. Award of contract

Lot No

1

Title

General / Universal Operating Tables, Specialist Spinal Tables, Mobile Interventional Radiology Tables and all related Accessories and Services..

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 September 2024

five.2.2) Information about tenders

Number of tenders received: 14

Number of tenders received from SMEs: 10

Number of tenders received from tenderers from other EU Member States: 2

Number of tenders received from tenderers from non-EU Member States: 12

Number of tenders received by electronic means: 14

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

A.C. Cossor & Son (Surgical) Limited

Egham

Country

United Kingdom

NUTS code
  • UKM93 - East Ayrshire and North Ayrshire mainland
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Bender UK Limited

Ulverston

Country

United Kingdom

NUTS code
  • UKD12 - East Cumbria
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Brandon Medical Company Limited

Leeds

Country

United Kingdom

NUTS code
  • UKE42 - Leeds
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

D.P. Medical Systems Limited

Orpington

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Felgains Ltd

Suffolk

Country

United Kingdom

NUTS code
  • UKH14 - Suffolk
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Getinge Limited

Chaddesden

Country

United Kingdom

NUTS code
  • UKF1 - Derbyshire and Nottinghamshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

Hill-Rom Limited

Berkshire

Country

United Kingdom

NUTS code
  • UKJ11 - Berkshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

MedScience Distribution Ltd

Wildmere Ind Estate

Country

United Kingdom

NUTS code
  • UKJ14 - Oxfordshire
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Melyd Surgical Limited

Chester

Country

United Kingdom

NUTS code
  • UKL23 - Flintshire and Wrexham
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Starkstrom Limited

London

Country

United Kingdom

NUTS code
  • UKI41 - Hackney and Newham
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

STERIS Solutions Limited

Syston

Country

United Kingdom

NUTS code
  • UKF21 - Leicester
The contractor is an SME

No

five.2.3) Name and address of the contractor

Stryker UK Limited

Newbury

Country

United Kingdom

NUTS code
  • UKJ11 - Berkshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

Xograph Healthcare Lkmited

Stonehouse

Country

United Kingdom

NUTS code
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £80,000,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Not Applicable

Not applicable

Country

United Kingdom