Pulse Oximetry, Capnography and Related Patient Monitoring Technologies (Великобритания (Англия, Шотландия, Уэльс) - Тендер #41171240) | ||
| ||
Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Великобритания (Англия, Шотландия, Уэльс) (другие тендеры и закупки Великобритания (Англия, Шотландия, Уэльс)) Организатор тендера: NHS Supply Chain Operated by DHL Supply Chain Limited acting as agent of Supply Chain Coordination L Номер конкурса: 41171240 Дата публикации: 27-04-2023 Источник тендера: Государственные закупки Уэльса (часть Соединённого Королевства Великобритании и Северной Ирландии) |
||
Title: | Pulse Oximetry, Capnography and Related Patient Monitoring Technologies |
OCID: | ocds-h6vhtk-036a75 |
Published by: | NHS Supply Chain Operated by DHL Supply Chain Limited acting as agent of Supply Chain Coordination L |
Authority ID: | AA84024 |
Publication Date: | 26/04/2023 |
Deadline Date: | 01/06/2023 |
Deadline Time: | 15:00 |
Notice Type: | Contract Notice |
Has Documents: | No |
Has SPD: | No |
Abstract: |
Monitors or Devices - Arm Device, Bedside/Table Top Monitor, Finger Device, Handheld Device, Wrist Device. |
NHS Supply Chain Operated by DHL Supply Chain Limited acting as agent of Supply Chain Coordination Ltd (SCCL)
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
UK
Contact person: Angelina Stebelska
E-mail: angelina.stebelska2@supplychain.nhs.uk
NUTS: UKI4
Internet address(es)
Main address: https://www.gov.uk/government/organisations/department-of-health
Address of the buyer profile: https://www.gov.uk/government/organisations/department-of-health/about/procurement
The contract is awarded by a central purchasing body
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:
DHL Supply Chain Limited
Foxbridge Way
Normanton
WF6 1TL
UK
Contact person: Angelina Stebelska
E-mail: Angelina.Stebelska2@supplychain.nhs.uk
NUTS: UKE4
Internet address(es)
Main address: https://www.gov.uk/government/organisations/department-of-health
Address of the buyer profile: https://www.gov.uk/government/organisations/department-of-health/about/procurement
Tenders or requests to participate must be sent electronically to:
https://nhssupplychain.app.jaggaer.com//
Tenders or requests to participate must be sent to the abovementioned 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:
https://nhssupplychain.app.jaggaer.com//
National or federal agency/office
Health
Pulse Oximetry, Capnography and Related Patient Monitoring Technologies
II.1.2) Main CPV code33195000
II.1.3) Type of contractSupplies
II.1.4) Short descriptionThe Framework Agreement is for the supply of Pulse Oximetry, Capnography and Related Patient Monitoring Technologies which covers five base modalities, Saturated Pulse Oximetry (SPO2), Endtidal Carbon Dioxide (ETCO2), Near Infra-red Spectroscopy (NIRS), Transcutaneous Carbon Dioxide Partial Pressure (PCO2) and Depth of Anaesthesia. The products included are monitors and devices, and their corresponding consumables. It is anticipated that initial expenditure will be in the region of £30m to £35.1m 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. Estimated total value for 4 year term would be in the region £120 - £145.4m.
II.1.5) Estimated total valueValue excluding VAT: 145 400 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: Yes
Tenders may be submitted for maximum 3 lots
Maximum number of lots that may be awarded to one tenderer: 3
Lot No: Lot 1
II.2.1) TitleMonitors and Devices
II.2.2) Additional CPV code(s)33195100
33195110
33195200
II.2.3) Place of performanceNUTS code:
UK
Main site or place of performance:
Various Locations in the UK
II.2.4) Description of the procurementMonitors or Devices - Arm Device, Bedside/Table Top Monitor, Finger Device, Handheld Device, Wrist Device.
II.2.5) Award criteriaCriteria below:
Quality criterion: Sales, Service and Quality / Weighting: 20
Quality criterion: Value Added / Weighting: 10
Quality criterion: Supply Chain Assessment / Weighting: 10
Quality criterion: Social Value / Weighting: 10
Cost criterion: Price / Weighting: 50
II.2.6) Estimated valueValue excluding VAT: 20 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationPrecise quantities are unknown. It is anticipated that initial expenditure will be in the region of £3m to £5m 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.
Lot No: Lot 2
II.2.1) TitleConsumables
II.2.2) Additional CPV code(s)33100000
33140000
II.2.3) Place of performanceNUTS code:
UK
Main site or place of performance:
Various Locations in the UK
II.2.4) Description of the procurementSensors, Tape/Wraps, Airway Adaptors, Sample Lines, Water Trap, Nasal Cannula, Capnogrpahy Mask, Cable/Connector.
II.2.5) Award criteriaCriteria below:
Quality criterion: Sales, Service and Quality / Weighting: 20
Quality criterion: Value Added / Weighting: 10
Quality criterion: Supply Chain Assessment / Weighting: 10
Quality criterion: Social Value / Weighting: 10
Cost criterion: Price / Weighting: 50
II.2.6) Estimated valueValue excluding VAT: 125 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationPrecise quantities are unknown. It is anticipated that initial expenditure will be in the region of £27m to £30m 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.
Lot No: Lot 3
II.2.1) TitlePulse Oximetry Monitors with Oxygen Delivery
II.2.2) Additional CPV code(s)33195110
II.2.3) Place of performanceNUTS code:
UK
Main site or place of performance:
Various Locations in the UK
II.2.4) Description of the procurementBedside / Table Top Monitors with Oxygen Delivery
II.2.5) Award criteriaCriteria below:
Quality criterion: Sales, Service and Quality / Weighting: 20
Quality criterion: Value Added / Weighting: 10
Quality criterion: Supply Chain Assessment / Weighting: 10
Quality criterion: Social Value / Weighting: 10
Cost criterion: Price / Weighting: 50
II.2.6) Estimated valueValue excluding VAT: 400 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationPrecise quantities are unknown. It is anticipated that initial expenditure will be in the region of £100k 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.
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.
NHS Supply Chain intends to enter into arrangements under which it will be entitled to purchase supplies and/or services which it will make available for purchase by 1) any NHS Trust; 2) any other NHS entity; 3) any government department, agency or other statutory body (for the avoidance of doubt including local authorities) and/or 4) any private sector entity active in the UK healthcare sector. Only NHS Supply Chain can order from the Framework Agreement and enter into contracts under it.
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.
Please note that the maximum number of suppliers as set out in IV.1.3 is an estimate only.
III.1.2) Economic and financial standingMinimum level(s) of standards required:
Parent company or other guarantees may be required in certain circumstances. Further details will be in the tender documents.
III.1.3) Technical and professional abilityMinimum level(s) of standards 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.
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.
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement with several operators.
IV.1.6) Information about electronic auctionAn 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.
IV.1.8) Information about Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: Yes
Notice number in the OJ S:
2022/S 000-026525
IV.2.2) Time limit for receipt of tenders or requests to participateDate: 01/06/2023
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.6) Minimum time frame during which the tenderer must maintain the tenderDuration in months: 7 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tendersDate: 02/06/2023
Local time: 09:00
This is a recurrent procurement: No
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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_887 - Pulse Oximetry, Capnography and Related Patient Monitoring Technologies
ITT_888 - Lot 1 – Monitors and Devices
ITT_889 - Lot 2 – Consumables
ITT_890 - Lot 3 - Pulse Oximetry Monitors with Oxygen Delivery
Please note: you must respond to ITT_887 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 Helpcentre" 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.
Not applicable
Not applicable
UK
VI.4.3) Review procedurePrecise information on deadline(s) for review procedures:
Appeals to be logged in accordance with the Public Contracts Regulations 2015 (as amended)
25/04/2023
Information added to the notice since publication.
Additional information added to the notice since it"s publication.No further information has been uploaded. |
Main Contact: | angelina.stebelska2@supplychain.nhs.uk |
Admin Contact: | N/a |
Technical Contact: | N/a |
Other Contact: | N/a |
ID | Title | Parent Category |
---|---|---|
33195200 | Central monitoring station | Patient-monitoring system |
33140000 | Medical consumables | Medical equipments |
33100000 | Medical equipments | Medical equipments, pharmaceuticals and personal care products |
33195100 | Monitors | Patient-monitoring system |
33195000 | Patient-monitoring system | Miscellaneous medical devices and products |
33195110 | Respiratory monitors | Patient-monitoring system |
ID | Description |
---|---|
100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region RestrictionsThere are no alert restrictions for this notice. |