Planning

Standalone Non-Imaging Vibration-Controlled Ultrasound System

  • NHS Supply Chain

F01: Prior information notice (prior information only)

Notice identifier: 2024/S 000-039307

Procurement identifier (OCID): ocds-h6vhtk-04c2b8

Published 5 December 2024, 4:09pm



Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

Email

Paris.lowcock@supplychain.nhs.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://nhssupplychain.app.jaggaer.com/web/login.html

Buyer's address

https://nhssupplychain.app.jaggaer.com/web/login.html

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Additional information can be obtained from 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

Standalone Non-Imaging Vibration-Controlled Ultrasound System

two.1.2) Main CPV code

  • 33100000 - Medical equipments

two.1.3) Type of contract

Supplies

two.1.4) Short description

NHS Supply Chain wishes to engage with suppliers that can provide a Standalone Non-Imaging Vibration-Controlled Ultrasound System to Quantify Liver and or Spleen Stiffness and Measure Liver Steatosis

This PIN intends to identify such providers with a view to ultimately align this solution within the scope of Endoscopy and Ultrasound Framework which is due for renewal in November 2026.

Suppliers capable of delivering such a solution will be invited to tender to provide a route to market that enables access for the NHS during the interim period until the award of the new framework on 2nd November 2026.

two.1.5) Estimated total value

Value excluding VAT: £35,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 33112000 - Echo, ultrasound and doppler imaging 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

This market exercise will be for the provision of a Standalone Non-Imaging Vibration-Controlled Ultrasound System to Quantify Liver and or Spleen Stiffness and Measure Liver Steatosis that includes the following.

- The ability to measure liver stiffness to quantify fibrosis and cirrhosis.

- The ability to measure fatty liver to quantify steatosis non-invasively.

- The functionality of Vibration-Controlled Transient Elastography (VCTE) technology.

- The ability to allow any clinical practitioners to use the system rather than a trained sonographer only.

NHS Supply Chain have a mandate from DHSC to drive the availability of innovative products to the NHS. NHS Supply Chain believe the product sourced by this contract (which is not covered by any of its current Framework Agreements) falls within this remit as a “disruptive” innovative product and has been identified to provide enhanced patient benefits.

This product will be utilised within the community allow more people to be accurately diagnosed with liver fibrosis and cirrhosis due to an increase in people either attending a scan at their GP surgery or because the system will be available “on the road” which may reduce health inequalities for people from disadvantaged or high-risk communities.

The aim to bring liver scanning into GP settings also decreases the amount of in hospital needed care. Suppliers are currently working with GPs and government bodies to have liver checks included within routine “MOT” checks. This means earlier diagnosis for patients and if diagnosed with earlier stages of liver disease, patients can make diet and lifestyle changes to reverse any damage caused. This will proactively stop further hospital appointments and ultimately any long-term hospitalisation.

This will mean that patients with liver disease will have appropriate diagnosis in a timelier manner, allowing them to receive treatment for their condition at the earliest opportunity. There will also be a reduction in initial referrals and assessment appointments with hepatology allowing providers to use resources more efficiently.

This in turn leads to better health outcomes and care experience for the patient.

NHS Supply Chain intends to enter into a Framework Agreement (FAG) with an identified supplier of these products/services alongside the existing framework previously mentioned in ‘II.1.4) short description’ above) following a 10 calendar day publication of a voluntary transparency notice should there only be only 1 available supplier using procedure 'Award of a contract without prior publication of a call for competition' as the procurement falls outside the scope of application of the Public Contracts Regulations.

The Term of this Framework Agreement is anticipated to be 22 months. As part of its strategy, NHSSC anticipates engaging with suppliers of these products/services with a view to ultimately align this solution within the scope of Endoscopy and Ultrasound framework, which is due for renewal in November 2026.

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £35,000,000 based on market research, however this is an approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement

two.3) Estimated date of publication of contract notice

2 November 2026


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

six.3) Additional information

If you would like to contact NHS Supply Chain in respect of the subject of this procurement, then please contact NHS Supply Chain using the eprocurement messaging centre and register your expression of interest.

Completion of the Selection Questions entitled SQ_568 will need to be completed along with the evidence requested. There will not be an option to 'commit to obtain' and failure to provide information will result in rejection of your interest.

The Framework Agreement will be between NHS Supply Chain and the Supplier, however 1) NHSSC, 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, NHSSC 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 will be considered a contract made in England according to English law and will be subject to the exclusive jurisdiction of the English Courts. NHSSC is not liable for any costs (including any third party costs fees or expenses incurred by those expressing an interest OR participating for this contract opportunity. NHSSC reserves the right to terminate the procurement process.

REGISTRATION

1. Use URL https://nhssupplychain.app.jaggaer.com// to access the NHSSC Procurement portal.

2. If not yet registered:

- Click on the 'Register here'

PORTAL ACCESS

Login with above URL. Within supplier area, click 'SQs Open To All Suppliers' link and select SQ_568 RFI Fibroscan 2024

Select Express interest.