CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Pre-information procedures
Country: United Kingdom
OJEU Ref: (2016/S 179-321194/EN)
Nature of contract: Supply contract
Procedure: Not applicable
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Not applicable

Prior information notice without call for competition
Supplies
Directive 2004/18/EC
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
Normanton
Postal code: WF6 1TL
United Kingdom
For the attention of: Vicky Lythe NUTS Code UKE4
Phone: +44 1133854856
Email: vicky.lythe@supplychain.nhs.uk
Fax: +44 1924328744
Internet Address(es):
General address of the contracting authority: www.supplychain.nhs.uk
Further information can be obtained from: NHS Supply Chain acting as agent for NHS Business Services Authority
Internet address:

I.2) Type of the contracting authority:
National or federal agency/office
I.3) Main activity: Health
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II.B: Object of the contract (Supplies or services):
II.1) Title attributed to the contract by the contracting authority/entity:
‘Anaesthesia Machines Ventilator Equipment and Related Accessories’.
II.2) Type of contract and place of delivery or of performance:
Supplies
‘Various locations in UK’.
Nuts code: UK
II.3) Information on framework agreement:
II.4) Short description of nature and quantity or value of suppliers or services:
‘The Framework Agreement is anticipated to cover the following product categories:
Anaesthesia machines and related accessories including:
— Low acuity without ventilation anaesthesia machine;
— Low acuity with ventilation anaesthesia machine;
— Low acuity MRI (Magnetic Resonance Imaging) compatible without ventilation anaesthesia machine;
— Low acuity MRI (Magnetic Resonance Imaging) compatible with ventilation anaesthesia machine;
— Mid acuity conventional anaesthesia machine with ventilator (for use in induction or theatre environment);
— Mid acuity electronic with ventilator (for use in induction or theatre environment);
— High acuity with ventilator (for use in theatre environments or specialist theatres);
— MRI (Magnetic Resonance Imaging) compatible electronic with ventilator (for use in MRI suite or theatre); and
— MRI (Magnetic Resonance Imaging) compatible electronic without ventilator (for use in MRI suite or theatre).
Ventilator equipment and related accessories including:
— Ventilators for use in Intensive care;
— Ventilators for transport/portable use for intra-hospital and/or external use;
— Ventilators for use in intensive care neonatal/paediatric; and
— Non-invasive CPAP (Continuous Positive Airway Pressure) Ventilator for in-hospital use.
Please note that this framework will not cover consumables.
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £16 000 000 to £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.
’.
Estimated value excluding VAT:
Range: between 64 000 000 and 80 000 000 GBP
The contract is divided into lots: Yes. Tenders may be submitted for one or more lots
II.5) Common procurement vocabulary (CPV):
33172000, 33172100, 33172200, 33000000, 33100000, 33170000
II.6) Scheduled date for start of award procedures:
II.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
II.8) Additional information:
‘The purpose of this notice is to draw attention to a procurement that NHS Supply Chain intends to commence during the subsequent 12 months. The invitation to tender will be the subject of a separate notice and it is that notice to which potential suppliers will need to respond at the appropriate time.
The Framework Agreement between NHS Supply Chain and successful suppliers will reserve the right to purchase the same or similar supplies and/or services from suppliers not appointed to the Framework Agreement at its sole discretion.
Whilst it is anticipated that initial expenditure under any forthcoming procurement will be in the region of 64 000 000 GBP to 80 000 000 GBP for this contract award this is approximate only and the values will be to such level as those purchasing under the Framework Agreement consider necessary to provide suitable requirements.
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/bulk buy initiatives.
The Framework Agreement will be between NHS Supply Chain and the Supplier however:
1) NHS Supply Chain
2) any NHS Trust;
3) any other NHS entity;
4) any government department agency or other statutory body (for the avoidance of doubt including local authorities) 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.
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
NHS Supply Chain is currently considering the use of lots for this procurement. However it reserves the right not to as part of any future tender process. Further information in respect of the lot strategy will be set out in the notice for the forthcoming procurement.
As part of its pre-tender strategy NHS Supply Chain would also like to engage with suppliers of these products via a Request for Information (RFI). If you would like to complete the Request for Information document in respect of the products which are the subject of this procurement then please follow the below instructions;
Candidates wishing to complete the Request for Information must register their expression of interest. The Request for Information document will then be sent via the Intenda Messaging Centre.
Registration
1.
Use URL 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 .
— Click on the “Supplier Dashboard” icon and select “Prior Information Notice” towards the top right of the screen to open the list of new Prior Information Notices.
Expression Of Interest
— View PIN content by clicking on the “view Notice” button for the procurement event. This opens a PDF document.
— Express an interest by clicking on the “express Interest” button.
Request For Information Document:
— The Request for Information Document will then be sent to you via the Intenda Messaging Centre.
— Applicants will have until 30.11.2016 to complete and return the Request for Information document.

Information about lots

Lot No: 01; Lot title: Anaesthesia Machines and Related Accessories
1) Short description: Anaesthesia machines and related accessories—Low acuity without ventilation anaesthesia machine;—Low acuity without ventilation anaesthesia machine;—Low acuity MRI (Magnetic Resonance Imaging) compatible without ventilation anaesthesia machine;—Low acuity MRI (Magnetic Resonance Imaging) compatible with ventilation anaesthesia machine;—Mid acuity conventional anaesthesia machine with ventilator (for use in induction or theatre environment);—Mid acuity electronic with ventilator (for use in induction or theatre environment);—High acuity with ventilator (for use in theatre environments or specialist theatres);—MRI (Magnetic Resonance Imaging) compatible electronic with ventilator (for use in MRI suite or theatre); and—MRI (Magnetic Resonance Imaging) compatible electronic without ventilator (for use in MRI suite or theatre).
2) Common procurement vocabulary (CPV):
3) Quantity or scope:
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of 7 000 000 GBP to 9 000 000 GBP 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.
4) Indication about different date for start of award procedures and/or duration of contract:
5) Additional information about lots:

Lot No: 02; Lot title: Ventilator Equipment and Related Accessories
1) Short description: Ventilator equipment and related accessories—Ventilators (for use in Intensive care);—Ventilators for transport/portable use (for intra-hospital and/or external use);—Ventilators (for use in intensive care neonatal/paediatric); and—Non-invasive CPAP (Continuous Positive Airway Pressure) Ventilator (for in-hospital use).
2) Common procurement vocabulary (CPV):
3) Quantity or scope:
‘Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of 9 000 000 GBP to 11 000 000 GBP 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.
4) Indication about different date for start of award procedures and/or duration of contract:
5) Additional information about lots:

Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
‘N/A’.
III.2) Conditions for participation:
III.2.1) Information about reserved contracts:

Section VI: Complementary information
VI.1) Information about European Union funds:
VI.2) Additional information:
VI.3) Information on general regulatory framework:
VI.4) Date of dispatch of this notice: 12.09.2016

RELATED ARTICLES

April 27, 2021

Maritime - UK carrier strike group to sail to India on its maiden deployment

The UK’s Carrier Strike Group 2021, led by HMS Queen Elizabeth, will sail to India in the autumn on its

April 15, 2019

Homeland - U.S Military seeks CMR reception capabilities for communications

Viasat next-generation link 16 products achieve advanced Concurrent Multiple Reception Capabilities (CMR) sought by U.S. Military. The US government is seeking