By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

"Patient Monitoring Equipment".

CONTRACT NOTICE

Supplies

SECTION I: CONTRACTING AUTHORITY

I.1)NAME, ADDRESSES AND CONTACT POINT(S)

NHS Supply Chain acting as agent for NHS Business Services Authority
NHS Supply Chain Foxbridge Way, West Yorkshire
Attn: Leah Lockwood
WF6 1TL Normanton
UNITED KINGDOM
Tel. +44 7825607542
E-mail:
Fax +44 1924328744

Internet address(es)

General address of the contracting authority www.supplychain.nhs.uk

Further information can be obtained at: NHS Supply Chain acting as agent for NHS Business Services Authority
Internet: http://procurement.supplychain.nhs.uk/

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: NHS Supply Chain acting as agent for NHS Business Services Authority
Internet: http://procurement.supplychain.nhs.uk/

Tenders or requests to participate must be sent to: NHS Supply Chain acting as agent for NHS Business Services Authority
Internet: http://procurement.supplychain.nhs.uk/

I.2)TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES
National or federal agency/office
Health
The contracting authority is purchasing on behalf of other contracting authorities Yes

SECTION II: OBJECT OF THE CONTRACT

II.1)DESCRIPTION
II.1.1)Title attributed to the contract by the contracting authority
"Patient Monitoring Equipment".
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
A combination of these
II.1.3)The notice involves
The establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged 57
Duration of the framework agreement: Duration in year(s): 2
Estimated total value of purchases for the entire duration of the framework agreement
estimated cost excluding VAT
Range: between 80 000 000,00 and 160 000 000,00 GBP
II.1.5)Short description of the contract or purchase(s)
Patient Monitoring Equipment- to include:
Vital Signs Monitors.
Pre Hospital Transport Monitors.
Mid Acuity Monitors.
High Acuity and Theatre Monitors.
MRI Compatible Monitors.
Foetal Monitors.
Cardiac Output Monitors.
Central Patient Monitoring Stations & Telemetry Systems.
Warranty and maintenance of Patient Monitoring Equipment.
II.1.6)Common procurement vocabulary (CPV)

33195000, 30231320, 33123210, 33195200, 33195110

II.1.7)Contract covered by the Government Procurement Agreement (GPA)
II.1.8)Division into lots
Yes
II.1.9)Variants will be accepted
II.2)QUANTITY OR SCOPE OF THE CONTRACT
II.2.1)Total quantity or scope
Precise quantities are unknown and will also depend on the number of suppliers appointed. There will be an estimated expenditure of between 80 000 000,00 and 160 000 000,00 GBP and the estimated contract value is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
Excluding VAT
Range between 80 000 000,00 and 160 000 000,00 GBP
II.2.2)Options
Yes
description of these options: This framework agreement will have the option to extend for a maximum of 24 months in addition to the initial two year period upon review.
II.3)DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION
Duration in months: 24 (from the award of the contract)

INFORMATION ABOUT LOTS

LOT NO: 1 TITLE Vital Signs Monitors
1)SHORT DESCRIPTION
Vital Signs Monitors, without the requirement for ECG capability.
2)COMMON PROCUREMENT VOCABULARY (CPV)

33195000, 33123210

3)QUANTITY OR SCOPE
Precise quantities are unknown and will also depend on the number of suppliers appointed. There will be no commitment to expenditure and the estimated contract value below is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
NHS Supply Chain anticipates appointing 10 suppliers to this Lot dependant on the number of suitable tenders received. More than one supplier may be appointed to the specification within this Lot.
Excluding VAT
Range between 12 000 000,00 and 24 000 000,00 GBP
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 2 TITLE Pre Hospital Transfer Monitors
1)SHORT DESCRIPTION
Patient Monitors to be used, but not limited to, external to hospital patient transfer or transport.
2)COMMON PROCUREMENT VOCABULARY (CPV)

33195000, 33123210, 33195000, 34114121, 33195110

3)QUANTITY OR SCOPE
Precise quantities are unknown and will also depend on the number of suppliers appointed. There will be no commitment to expenditure and the estimated contract value below is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
NHS Supply Chain anticipates appointing 5 suppliers to this Lot dependant on the number of suitable tenders received. More than one supplier may be appointed to the specification within this Lot.
Excluding VAT
Range between 4 000 000,00 and 8 000 000,00 GBP
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 3 TITLE Mid Acuity Monitors
1)SHORT DESCRIPTION
Patient Monitors with a variety of applications within, but not restricted to, acute or PCT hospital environments.
2)COMMON PROCUREMENT VOCABULARY (CPV)

33195000, 30231320, 33123210, 33195000, 33195110

3)QUANTITY OR SCOPE
Precise quantities are unknown and will also depend on the number of suppliers appointed. There will be no commitment to expenditure and the estimated contract value below is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
NHS Supply Chain anticipates appointing 10 suppliers to this Lot dependant on the number of suitable tenders received. More than one supplier may be appointed to the specification within this Lot.
Excluding VAT
Range between 12 000 000,00 and 24 000 000,00 GBP
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 4 TITLE High Acuity & Theatre Monitors
1)SHORT DESCRIPTION
Patient Monitors for use in High Acuity environments including but not limited to; Neonatal, CCU, ITU, Recovery, Induction, Main Theatre, Day Surgery, Coronary Care.
2)COMMON PROCUREMENT VOCABULARY (CPV)

33195000, 30231320, 33123210, 33195000, 33195110

3)QUANTITY OR SCOPE
Precise quantities are unknown and will also depend on the number of suppliers appointed. There will be no commitment to expenditure and the estimated contract value below is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
NHS Supply Chain anticipates appointing 8 suppliers to this Lot dependant on the number of suitable responses received. There are 3 specifications to tender against in this lot and more than one supplier may be appointed across each of the Specifications within this Lot. Tenderers should note that they may therefore be appointed for one or a number of the Specifications across this Lot.
Excluding VAT
Range between 16 000 000,00 and 32 000 000,00 GBP
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 5 TITLE Mri Compatible Monitors
1)SHORT DESCRIPTION
Patient Monitors intended for use in MRI environments.
2)COMMON PROCUREMENT VOCABULARY (CPV)

33195000, 30231320, 33123210, 33195000, 33195110

3)QUANTITY OR SCOPE
Precise quantities are unknown and will also depend on the number of suppliers appointed. There will be no commitment to expenditure and the estimated contract value below is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
NHS Supply Chain anticipates appointing 5 suppliers to this Lot dependant on the number of suitable tenders received. More than one supplier may be appointed to the specification within this Lot.
Excluding VAT
Range between 4 000 000,00 and 8 000 000,00 GBP
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 6 TITLE Foetal & Maternal Monitors
1)SHORT DESCRIPTION
Antepartum & Intrapartum Foetal Monitors.
2)COMMON PROCUREMENT VOCABULARY (CPV)

33195000, 30231320, 33123210, 33195000, 33195110

3)QUANTITY OR SCOPE
Precise quantities are unknown and will also depend on the number of suppliers appointed. There will be no commitment to expenditure and the estimated contract value below is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
NHS Supply Chain anticipates appointing 4 suppliers to this Lot dependant on the number of suitable responses received. There are 2 specifications to tender against in this lot and more than one supplier may be appointed across each of the Specifications within this Lot. Tenderers should note that they may therefore be appointed for one or both of the Specifications across this Lot.
Excluding VAT
Range between 12 000 000,00 and 24 000 000,00 GBP
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 7 TITLE Cardiac Output Monitors
1)SHORT DESCRIPTION
Invasive, Non Invasive and Minimally Invasive Cardiac Output Patient Monitors.
2)COMMON PROCUREMENT VOCABULARY (CPV)

33195000, 30231320, 33123210, 33195000, 33195110

3)QUANTITY OR SCOPE
Precise quantities are unknown and will also depend on the number of suppliers appointed. There will be no commitment to expenditure and the estimated contract value below is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
NHS Supply Chain anticipates appointing 5 suppliers to this Lot dependant on the number of suitable responses received. There are 2 specifications to tender against in this lot and more than one supplier may be appointed across each of the Specifications within this Lot of which there are 2. Tenderers should note that they may therefore be appointed for one or both of the Specifications across this Lot.
Excluding VAT
Range between 8 000 000,00 and 16 000 000,00 GBP
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 8 TITLE Central Patient Monitoring Stations & Telemetry Systems
1)SHORT DESCRIPTION
Central Patient Monitoring Stations for use in Medical environments and Telemetry Systems for use in, but not limited to Hospital environments.
2)COMMON PROCUREMENT VOCABULARY (CPV)

33195000, 33195200, 30231320, 33123210, 33195000, 33195110

3)QUANTITY OR SCOPE
Precise quantities are unknown and will also depend on the number of suppliers appointed. There will be no commitment to expenditure and the estimated contract value below is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
NHS Supply Chain anticipates appointing 10 suppliers to this Lot dependant on the number of suitable responses received. There are 2 specifications to tender against in this lot and more than one supplier may be appointed across each of the Specifications within this Lot of which there are 2. Tenderers should note that they may therefore be appointed for one or both of the Specifications across this Lot.
Excluding VAT
Range between 12 000 000,00 and 24 000 000,00 GBP
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION

III.1)CONDITIONS RELATING TO THE CONTRACT
III.1.1)Deposits and guarantees required
Parent company or other guarantees may be required in certain circumstances. Further details can be found in the contract documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them
Please see tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded
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.
III.1.4)Other particular conditions to which the performance of the contract is subject
III.2)CONDITIONS FOR PARTICIPATION
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if requirements are met: Submission of expression of interest and procurement specific information:

This procurement exercise will be conducted on the NHS Supply Chain eTendering portal at http://procurement.supplychain.nhs.uk/.

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:

If not already registered candidates should register on the NHS Supply Chain eTendering portal at http://procurement.supplychain.nhs.uk/.

Expression of interest:
Once registered candidates must express their interest as follows:
Login to the NHS Supply Chain eTendering portal.
Select the NHS Supply Chain link on the Management Console.
Select the "+" symbol to the left of the "My Official Journal European Union Notices". Select the "+" next to "OJEU Notices" and then again when the sign is next to OJEU Notices to make all available notices visible.
Select the required notice by placing the cursor over the name of the notice and then left clicking once on the name.
After reading the notice enable the expression of interest tick-box at the bottom of the notice click on the "Save Details" button and close the form.
Now select the "ISS Communities" tab at the top left of the page. Follow step c above. There should be a "+" next to the notice you expressed the interest in. That will now drop down to "My tenders" or "My PQQ".
The tender or PQQ linked to the OJEU notice will become visible by clicking on the "+" next to the My Tenders or My PQQ link.
For tenders:
Clicking on the tender heading will open the next screen. Look to the middle of the page for a heading called "An eRS data package".

Left click once on the file called eRSXX.ZIP (where XX denotes the tender number) to download the tender package that contains the complete response information. This package must only be opened using the eRS application which can be downloaded from the http://procurement.supplychain.nhs.uk/ website.

Using the eRS application follow the instructions and complete the responses.
The response MUST be submitted via the INTERNET method as prescribed in the eRS application.
In the event that the notice refers to a PQQ:
Clicking on the name of the PQQ will open a "Pre Qualification Questionnaire" page. Read through and then select "Save Details" at the bottom of the page. The word "Attachment" next to the icon needs to be clicked on and then the attachment window will appear allowing you to respond to the questions and add attachments as required. The response is submitted when the "Save Details" button is clicked. The responses can be submitted as many times as required until the closing time for the event.
Helpdesk.

For any support in submitting your expression of interest or tender response please contact the eTendering Helpdesk at +44 (0) 845 468 7877 or http://procurement.supplychain.nhs.uk/. There are a number of quick help guides available on the portal. Reading these will assistthe supplier in completing and submitting their responses.".

III.2.2)Economic and financial capacity
III.2.3)Technical capacity
III.2.4)Reserved contracts
III.3)CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1)Execution of the service is reserved to a particular profession
III.3.2)Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service

SECTION IV: PROCEDURE

IV.1)TYPE OF PROCEDURE
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 40
Objective criteria for choosing the limited number of candidates: "Please refer to the PQQ document.".
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)AWARD CRITERIA
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)An electronic auction will be used
Yes
An electronic auction (e-auction) may be used to award all or part of the requirements. The use of e-auctions may also be an option as part of any mini competition process.
IV.3)ADMINISTRATIVE INFORMATION
IV.3.1)File reference number attributed by the contracting authority
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents
IV.3.4)Time-limit for receipt of tenders or requests to participate
26.9.2011 - 15:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
30.9.2011
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders

SECTION VI: COMPLEMENTARY INFORMATION

VI.1)THIS IS A RECURRENT PROCUREMENT
VI.2)CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS
VI.3)ADDITIONAL INFORMATION
"Applicants may express an interest in one or more lots.
Please see the PQQ for details on how applicants will be shortlisted to be invited to tender. Applicants must pass the Grounds for Exclusion stage and score a minimum of 75 points in the short listing questions to be invited to tender. Please also read the document entitled ‘Document A - Overarching Cover Document’ which contains important information about the tender strategy.
Please note that the first stage for each Lot of the Invitation to Tender will be a pass/fail stage in relation to compliance to the specifications.
Please note that the number of maximum suppliers as set out in IV.1.2 is provided as an estimate only. The Invitation to Tender will detail the scores which tenderers will need to obtain in order to be appointed to the Framework Agreement. NHS Supply Chain reserves therefore the right to appoint more suppliers to the Framework Agreement in the event that more than 57 suitable responses are received as per the criteria set out in the ITT.
Tenderers should note that for Lots 1 3 and 10 it is anticipated that 10 suppliers will be appointed to each specification within each Lot.
For Lots 2 5 and 7 it is anticipated that 5 suppliers will be appointed to each specification within each Lot.
For Lot 4 it is anticipated that 8 suppliers will be appointed to each specification within the Lot.
For Lot 6 it is anticipated that 4 suppliers will be appointed to each specification within the Lot.
The Framework Agreement will be between NHS Supply Chain and the Supplier. Under the Framework Agreement there will be two different methods of supply - one for Non-Direct Contract Products and one for Direct Contract Products.
NHS Supply Chain will be entitled to purchase the supplies and/or services identified below and in the tender documents as Non-Direct Contract Products which it will then make available for purchase by.
1) any NHS Trust;
2) any other NHS entity;
3) any government department agency or other statutory body and/or
4) any private sector entity active in the UK healthcare sector.
For the supplies and/or services identified as Direct Contract Products below and in the tender documents.
1) NHS Supply Chain;
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.
For Direct Contract Products the Supplier will be required to report to and pay a direct contract management fee to NHS Supply Chain as detailed in the tender documents.
Non-Direct Contract Products.
Vital Signs Monitors.
Pre Hospital Transport Monitors.
Mid Acuity Monitors.
High Acuity and Theatre Monitors.
MRI Compatible Monitors.
Foetal Monitors.
Cardiac Output Monitors.
Central Patient Monitoring Stations & Telemetry Systems.
Warranty and maintenance of Patient Monitoring Equipment.
Direct Contract Products.
Vital Signs Monitors.
Pre Hospital Transport Monitors.
Mid Acuity Monitors.
High Acuity and Theatre Monitors.
MRI Compatible Monitors.
Foetal Monitors.
Cardiac Output Monitors.
Central Patient Monitoring Stations & Telemetry Systems.
Warranty and maintenance of Patient Monitoring Equipment.
The participating contracting authorities reserve the right to finance the purchase of the supplies through a lease transaction using a third party lessor. Any such financial services will be obtained by the participating contracting authorities through a separate procurement exercise and not as part of this procurement.
In this event the supplier appointed to the framework agreement may receive from a third party lessor appointed by the participating contracting authority a purchase order for delivery to the participating contracting authority. In this event the supplier appointed to the framework agreement will be required to supply in accordance with the terms and conditions of the framework agreement.
As stated above contracting authorities that may benefit from this framework agreement include ‘any government department’. ‘Any government department’ may include but is not limited to the Ministry of Defence and Education Facilities. Where other government department do make purchased from the resulting framework agreement suppliers on the resulting framework agreement may have to provide additional information and complete additional documents before contracting with those entities.
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 incurred by those expressing an interest in 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 http://procurement.supplychain.nhs.uk/ using the Message Centre facility linked to this particular contract notice.

VI.4)PROCEDURES FOR APPEAL
VI.4.1)Body responsible for appeal procedures

Refer to point VI.4.2

Body responsible for mediation procedures

Not Applicable

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Any appeals under this process should be addressed to the contact in point I.1.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)DATE OF DISPATCH OF THIS NOTICE:
26.8.2011