Section one: Contracting authority
one.1) Name and addresses
Milton Keynes University Hospital NHS Foundation Trust
Standing Way, Eaglestone
Milton Keynes
MK6 5LD
Contact
Patrick Pereira
Country
United Kingdom
Region code
UKJ12 - Milton Keynes
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
Medical Equipment Managed Maintenance Service
two.1.2) Main CPV code
- 50421000 - Repair and maintenance services of medical equipment
two.1.3) Type of contract
Services
two.1.4) Short description
Provision of a Managed Service for medical equipment, including repair, maintenance, support and asset management for main and satellite sites.
II.1.7.1 Value is for the full 10 years (5 year initial term with options for a three year and then two year extension), but not not include inflation. The value of the initial contract is £13,705,296 ex Vat, ex inflation.
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: £27,410,592
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Main site or place of performance
MILTON KEYNES UNIVERSITY HOSPITAL NHS FOUNDATION TRUST
Standing Way,
Eaglestone,
Milton Keynes
MK65LD
two.2.4) Description of the procurement
Milton Keynes University Hospital NHS Foundation Trust is seeking a service delivery partner for the Medical Equipment Managed Maintenance Service.
The Contractor will be responsible for managing all the Medical Equipment and other Trust owned community and satellite site based medical equipment, according to the guidelines laid out in MHRA Managing Medical Devices January 2021, relevant Trusts Medical Devices/Equipment Management Policies and in accordance with the specification set out below.
The service provided will include a core hours on-site presence and a 7x24x365 remote presence for emergencies, which may require an engineer to attend site within the callout SLA defined below.
Trust medical equipment will require service to a comprehensive level, including all spare parts and a planned preventative maintenance programme. All medical equipment may require ‘other services’ i.e. callout, repair service and battery changes on RFID tags in line with the PPM schedule (in house and third party), Electrical Safety testing to be included. The core accessories e.g. NIBP cuffs are supplied by Medical Equipment Library (MEL).
The frequency and type of planned preventive maintenance must be specified within the offer, in line with the manufacturer’s instructions and should take into account the expected usage and the environment in which it is to be used, in line with MHRA guidance. As Assets are accepted and disposed of the Asset register will be continually updated by the Contractor.
The contractor will assist the Trust in reducing the environmental impact of medical equipment and provide a positive impact towards net zero.
two.2.5) Award criteria
Price
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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: 2025/S 000-006641
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
21 October 2025
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Draeger Medical UK Ltd
The Willows Mark Road Industrial Estate Hemel Hempstead HP2 7BW
Hemel Hempstead
HP2 7BW
Telephone
+44 1442213542
Country
United Kingdom
NUTS code
- UKH - East of England
Internet address
https://www.draeger.com/en_uk/Home
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £13,705,296
Total value of the contract/lot: £27,410,592
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
NHS Litigation Authority
8th Floor, 10 South Colonnade, Canary Wharf
London
E14 4PU
Country
United Kingdom