CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 003-003942/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU
Type of bid required: Mixed global and partial bid

Contract notice
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
Contact points(s): NUTS Code UKE4
For the attention of: Lee Hopkins
Phone: +44 7730205815
Email: lee.hopkins@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:

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: NHS Supply Chain acting as agent for NHS Business Services Authority
Internet address:

Tenders or requests to participate must be sent to: 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: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
‘Ophthalmic Capital Equipment and Associated Accessories’.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
Main site or location of works, place of delivery or of performance: ‘Various locations in UK’.
Nuts code: UK
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):
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: 90
Duration of the framework agreement in months: 24
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 69 250 000 and 86 600 000 GBP
II.1.5) Short description of the specific contract:
This non-exclusive Framework Agreement is for the supply to NHS Supply Chain and it’s Customers via the Direct route of supply and/or the E-Direct route of supply (see Invitation to Tender document for more information) of ophthalmic capital equipment and associated accessories including but shall not be limited to diagnostic equipment ultrasound equipment surgical equipment femtosecond and photoablation lasers laser equipment slit lamps and accessories retinal imaging systems non-mydriatic retinal cameras ophthalmoscopes and retinoscopes and ophthalmic furniture.
This Framework Agreement is for 24 months with the option to extend in incremental stages for up to a further 24 months.
Applicants should note that appointment to the Framework Agreement in Lot 4 and Lot 8 will be made on a line by line basis only and Applicants may bid for one more than 1 or all of the lines which are set out in the Invitation to Tender for these Lots. Further details in respect of this are set out in the Invitation to Tender.
Applicants should note that appointment to the Framework Agreement in Lot 1 Lot 2 Lot 3 Lot 5 Lot 6 and Lot 7 will be made based on an average basket. Applicants must bid for one more than 1 or all of the lines which are set out in the Invitation to Tender. Further details in respect of this are set out in the Invitation to Tender.
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 1 for Direct Contract Products.
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. The financial services may be sourced from the NHS Supply Chain leasing Framework Agreement.
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. The supplier appointed to the Framework Agreement will then be required to supply in accordance with the terms and conditions of the Framework Agreement.
II.1.6) Common procurement vocabulary (CPV): 33122000, 38634000, 38600000, 33124130, 38295000, 33124100, 38651000, 38651600, 33111720, 33115000, 33192300, 33197000, 33140000, 48100000, 48180000, 72212180, 38636000, 38636100, 33662100, 85121280, 85121281, 33100000, 33111710, 33124120, 33128000, 33141000, 33165000, 33169100, 50340000, 50344000, 85121291
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA):
II.1.8) Lots:
The contract is divided into lots: Yes. Tenders may be submitted for one or more lots
II.1.9) Information about variants:
Variants will be accepted: YES
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
‘This is an estimate only as precise quantities of likely purchases are unknown. It is anticipated that in the first 24 months of the Framework Agreement the value of purchases will be in the region of 32 680 000 to 39 700 000 GBP however this is approximate only. The figures below for the total estimated value are based on that initial expenditure and include a forecast for growth’.
Estimated value excluding VAT:
Range: between 69 250 000 and 86 600 000 GBP
II.2.2) Information about options:
Options:yes
Description of these options:‘This Framework Agreement will have the option to extend incremental stages for up to a further 24 months in addition to the initial 24 month period as set out in the Framework Agreement’.
II.2.3) Information about renewals:
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; Lot title: Ophthalmic Diagnostic Equipment
1) Short description: This Lot is for the supply of ophthalmic diagnostic equipment. Products within this Lot include, but shall not be limited to; biometry units; corneal topography placido and scheimpflug units; keratometry units; corneal cross linking system; autorefractors; visual field perimeters; aqueous flare meters; aberrometry units; specular microscopy units; and non-contact tonometers. The scope of this lot also includes the following associated accessories, but shall not be limited to: refraction stands; patient refraction chairs; combination refraction stand units; patient operating chairs and consultant chairs.
2) Common procurement vocabulary (CPV): 33122000,38634000,38600000,33124130,38295000,33124100,38651000,38651600,33111720,33115000,33192300,33197000,33140000,48100000,48180000,72212180,38636000,38636100,33662100,33100000,85121280,85121281
3) Quantity or scope:
‘This is an estimate only as precise quantities of likely purchases are unknown. It is anticipated that in the first 24 months of the Framework Agreement the value of purchases for this lot will be in the region of 5 900 000 to 7 500 000 GBP however this is approximate only. The figures below for the total estimated value are based on that initial expenditure.All Applicants who reach a score of 40 % or more and who meet the minimum requirements which are set out in the Invitation to Tender will be appointed to this Lot of the Framework Agreement. Applicants should refer to the Invitation to Tender for further information in respect of this’.
Estimated value excluding VAT: GBP
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
‘NUTS Code: UK’.
Lot No: 2; Lot title: Ophthalmic Ultrasound Equipment
1) Short description: This Lot is for the supply of ophthalmic ultrasound equipment. Products within this Lot include, but shall not be limited to; ultrasound biometry units (A-Scan); ultrasound bi-omicroscopy (UBM) scanners; ultrasound b-scanners; and ultrasound pachymeters. The scope of this lot also includes the following associated accessories, but shall not be limited to: refraction stands; patient refraction chairs; combination refraction stand units; patient operating chairs and consultant chairs.
2) Common procurement vocabulary (CPV): 33122000,38634000,38600000,33124130,38295000,33124100,33124120,33111720,33115000,33192300,33197000,33140000,48100000,48180000,72212180,38636000,33662100,33100000,85121280,85121281
3) Quantity or scope:
‘This is an estimate only as precise quantities of likely purchases are unknown. It is anticipated that in the first 24 months of the Framework Agreement the value of purchases for this lot will be in the region of 800 000 to 1 100 000 GBP however this is approximate only. The figures below for the total estimated value are based on that initial expenditure.All Applicants who reach a score of 40 % or more and who meet the minimum requirements which are set out in the Invitation to Tender will be appointed to this Lot of the Framework Agreement. Applicants should refer to the Invitation to Tender for further information in respect of this’.
Estimated value excluding VAT: GBP
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
‘NUTS Code: UK’.
Lot No: 3; Lot title: Ophthalmic Surgical Equipment
1) Short description: This Lot is for the supply of ophthalmic surgical equipment. Products within this Lot include, but shall not be limited to; phacoemulsification units; phacoemulsification and vitreoretinal units; cryosurgical units; and vitreoretinal surgery units. The scope of this lot also includes the following associated accessories, but shall not be limited to: refraction stands; patient refraction chairs; combination refraction stand units; patient operating chairs and consultant chairs.
2) Common procurement vocabulary (CPV): 33122000,38634000,38600000,33124130,33124100,33169100,33165000,33192300,33197000,33140000,33141000,48100000,48180000,72212180,38636000,38636100,33662100,33100000,85121280,85121281
3) Quantity or scope:
‘This is an estimate only as precise quantities of likely purchases are unknown. It is anticipated that in the first 24 months of the Framework Agreement the value of purchases for this lot will be in the region of 950 000 to 1 300 000 GBP however this is approximate only. The figures below for the total estimated value are based on that initial expenditure.All Applicants who reach a score of 50 % or more and who meet the minimum requirements which are set out in the Invitation to Tender will be appointed to this Lot of the Framework Agreement. Applicants should refer to the Invitation to Tender for further information in respect of this’.
Estimated value excluding VAT: GBP
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
‘NUTS Code: UK’.
Lot No: 4; Lot title: Femtosecond and Photoablation Lasers
1) Short description: This Lot is for the supply of ophthalmic femtosecond and photoablation lasers. Products within this Lot include, but shall not be limited to; femtosecond lasers and photoablation lasers. The scope of this lot also includes the following associated accessories, but shall not be limited to: refraction stands; patient refraction chairs; combination refraction stand units; patient operating chairs and consultant chairs.
2) Common procurement vocabulary (CPV): 33122000,38634000,38600000,33128000,33124130,38295000,50340000,50344000,33124100,33111720,33169100,33192300,33197000,33140000,33141000,48100000,48180000,72212180,38636000,38636100,33662100,33100000,85121280,85121281
3) Quantity or scope:
‘This is an estimate only as precise quantities of likely purchases are unknown. It is anticipated that in the first 24 months of the Framework Agreement the value of purchases for this lot will be in the region of 1 000 000 to 2 000 000 GBP however this is approximate only. The figures below for the total estimated value are based on that initial expenditure.Appointment within the Lot will be made on a Line by Line basis and all Suppliers who meet the minimum requirements which are set out in the Invitation to Tender and who reach over a score of 50 % or over will be appointed to that Line within the Lot. Applicants should note that they may therefore be appointed for one or a number of the Lines across this Lot and should refer to the Invitation to Tender for further information in respect of this’.
Estimated value excluding VAT: GBP
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
‘NUTS Code: UK’.
Lot No: 5; Lot title: Ophthalmic Laser Equipment
1) Short description: This Lot is for the supply of ophthalmic laser equipment, products within this Lot include, but shall not be limited to; endoscopic cyclophotocoagulation (ECP) laser; diode and cyclodiode laser; argon laser trabeculoplasty (ATL) / selective laser trabeculoplasty (SLT); and photocoagulation laser; and photodisruption laser. The scope of this lot also includes the following associated accessories, but shall not be limited to: refraction stands; patient refraction chairs; combination refraction stand units; patient operating chairs and consultant chairs.
2) Common procurement vocabulary (CPV): 33122000,38634000,38600000,33128000,33124130,38295000,50340000,50344000,33124100,33111720,33169100,33192300,33197000,33140000,33141000,48100000,48180000,72212180,38636000,38636100,33662100,33100000,85121280,85121281
3) Quantity or scope:
‘This is an estimate only as precise quantities of likely purchases are unknown. It is anticipated that in the first 24 months of the Framework Agreement the value of purchases for this lot will be in the region of 2 350 000 to 3 200 000 GBP however this is approximate only. The figures below for the total estimated value are based on that initial expenditure.All Applicants who reach a score of 50 % or more and who meet the minimum requirements which are set out in the Invitation to Tender will be appointed to this Lot of the Framework Agreement. Applicants should refer to the Invitation to Tender for further information in respect of this’.
Estimated value excluding VAT: GBP
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
‘NUTS Code: UK’.
Lot No: 6; Lot title: Slit Lamp Equipment
1) Short description: This Lot is for the supply of slit lamps and associated accessories. Products within this Lot include, but shall not be limited to; non-portable slit lamps; portable / hand-held slit lamps; tonometers — applanation and/or dynamic contour and indentation. The scope of this lot also includes the following associated accessories, but shall not be limited to: refraction stands; patient refraction chairs; combination refraction stand units; patient operating chairs and consultant chairs.
2) Common procurement vocabulary (CPV): 33122000,38634000,38600000,33128000,33124130,38295000,33124100,38651000,38651600,33111720,33115000,33169100,33192300,33197000,33140000,48100000,48180000,72212180,38636000,38636100,33662100,33100000,85121280,85121281
3) Quantity or scope:
‘This is an estimate only as precise quantities of likely purchases are unknown. It is anticipated that in the first 24 months of the Framework Agreement the value of purchases for this lot will be in the region of 4 600 000 to 5 500 000 GBP however this is approximate only. The figures below for the total estimated value are based on that initial expenditure.All Applicants who reach a score of 40 % or more and who meet the minimum requirements which are set out in the Invitation to Tender will be appointed to this Lot of the Framework Agreement. Applicants should refer to the Invitation to Tender for further information in respect of this’.
Estimated value excluding VAT: GBP
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
‘NUTS Code: UK’.
Lot No: 7; Lot title: Retinal Imaging Systems
1) Short description: This Lot is for the supply of retinal imaging systems. Products within this Lot include, but shall not be limited to; fundus cameras (portable, non-portable and paediatrics); non-mydriatic retinal camera for diabetic eye screening; optical coherence tomography (OCT); retinal angiographic; and OCT-angiography systems. The scope of this lot also includes the following associated accessories, but shall not be limited to: refraction stands; patient refraction chairs; combination refraction stand units; patient operating chairs and consultant chairs.
2) Common procurement vocabulary (CPV): 33122000,38634000,38600000,33124130,38295000,33124100,38651000,38651600,33111710,33111720,33115000,33192300,33197000,33140000,48100000,48180000,72212180,85121291,38636000,33662100,33100000,85121280,85121281
3) Quantity or scope:
‘This is an estimate only as precise quantities of likely purchases are unknown. It is anticipated that in the first 24 months of the Framework Agreement the value of purchases for this lot will be in the region of 16 500 00 to 18 000 000 GBP however this is approximate only. The figures below for the total estimated value are based on that initial expenditure.All Applicants who reach a score of 40 % or more and who meet the minimum requirements which are set out in the Invitation to Tender will be appointed to this Lot of the Framework Agreement. Applicants should refer to the Invitation to Tender for further information in respect of this’.
Estimated value excluding VAT: GBP
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
‘NUTS Code: UK’.
Lot No: 8; Lot title: Ophthalmoscopes and Retinoscopes
1) Short description: This Lot is for the supply of ophthalmoscopes and retinoscopes. Products within this Lot include, but shall not be limited to; Ophthalmoscopes (direct and indirect); lensmeters (automated and manual); retinoscopes; and Scanning laser ophthalmoscopes.
2) Common procurement vocabulary (CPV): 33122000,38634000,38600000,33128000,33124130,38295000,33124100,38651000,38651600,33111720,33197000,33140000,33141000,48100000,48180000,72212180,38636000,38636100,33662100,33100000,85121280,85121281
3) Quantity or scope:
‘This is an estimate only as precise quantities of likely purchases are unknown. It is anticipated that in the first 24 months of the Framework Agreement the value of purchases for this lot will be in the region of 580 000 to 1 100 000 GBP however this is approximate only. The figures below for the total estimated value are based on that initial expenditure.Appointment within the Lot will be made on a Line by Line basis and all Suppliers who meet the minimum requirements which are set out in the Invitation to Tender and who reach over a score of 50 % or over will be appointed to that Line within the Lot. Applicants should note that they may therefore be appointed for 1 or a number of the Lines across this Lot and should refer to the Invitation to Tender for further information in respect of this’.
Estimated value excluding VAT: GBP
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
‘NUTS Code: UK’.

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 will be in the tender documents’.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing 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:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: ‘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’.
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 the 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
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 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 to open the list of new procurement events.
Expression of Interest
— View Contract Notice 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.
— To start the response process after the expression of interest has been done select the “My Active Opportunities” option and click on the “Apply” button.
— Select the procurement event from the list by clicking on the description.
— In the detail view click on the orange coloured “Framework Agreement” button to start responding to the tender.
Tender Response
Header Level Requirements:
— Applicants are required to read all Framework Header Documents which can be accessed using the “NHS SC Header Documents” button which is located in the “Select Framework” tab.
— Applicants are required to upload the documents requested using the “Supplier Header Documents” button which is located in the “Select Framework” tab.
Lot Level Requirements:
— A preview of the Lot line details can be viewed using the “Lot Header” tab by selecting the Lot and using the “Lot Line Information” button. In order to respond to a Lot Applicants must select the relevant Lot and then use the “Express Intent” button. This expression of intent does not place any obligation on the Applicant to respond the action unlocks the ability to respond.
— Complete price offers per line for the Lot by completing the required fields for the lines the Applicant wants to include in the bid using the “Lot Line Detail” tab. There are a number of mandatory fields to complete on a product line basis these are highlighted in yellow in the “Lot Line Detail” tab.
— Applicants are required to answer all mandatory Lot specific questions found in the “Lot Evaluation Criteria” tab.
— Applicants are then required to click on the “Terms and Conditions” button in the “Submit Individual Lot Response(s)” tab to view and accept the ISS Terms and Conditions.
— Accept the ISS “Terms And Conditions” button to access this function.
— Submit Lot response by clicking on the “Submit Response to Selected Lot” button in the “Submit Individual Lot Response(s)” tab to submit response for the Lot. Each Lot must be submitted independently.
— Applicants are able to view their submission using the “Supplier Submission Report” button found in the “Submit Individual Lot Response(s)” tab’.
III.2.2) Economic and financial ability:
III.2.3) Technical capacity
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
III.3.2) Staff responsible for the execution of the service:
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Open
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
IV.2) Award criteria:
IV.2.1) Award criteria:
IV.2.2) Information about electronic auction:
An electronic auction will be used: yes
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.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority/entity:
“FAG000016475”
IV.3.2) Previous publication(s) concerning the same contract:
Prior information notice
Notice number in the OJEU:2016/S 103-184303of31.05.2016
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:

IV.3.4) Time limit for receipt of tenders or requests to participate:
02.02.2017 – 15:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates:
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
In days: 180 (from the date stated for receipt of tender)
IV.3.8) Conditions for opening of tenders:
Date: 3.2.2017 – 9:00
Place: As in abovementioned I.1)
Persons authorised to be present at the opening of tenders: yes.
Additional information about authorised persons and opening procedure: ‘Only the NHS Supply Chain contract owner or delegate’.

Section VI: Complementary information

VI.3) Additional information
‘Please note that the maximum number of suppliers as set out in II.1.4) is an estimate only. Applicants should refer to the Invitation to Tender for details of the scoring process to be used to assess the suppliers to be appointed to the Framework Agreement.
NHS Supply Chain reserves the right to appoint more suppliers to the Framework Agreement in the event that more than 90 reach the minimum score for appointment which is set out in the Invitation to Tender.
Applicants should refer to Annex B 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 1 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/bulk buy initiatives.
NHS Supply Chain will share savings information in order to assist its customers with making informed procurement decisions.
NHS Supply Chain will be entitled to purchase the supplies and/or services identified 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 (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.
For the supplies and/or services identified as Direct Contract Products 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
All Items within Lot 8.
Direct Contract Products
All Items within Lots 1, 2, 3, 4, 5, 6 and 7.
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 Agreement 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 using the Message Centre facility linked to this particular contract notice’.
VI.4) Procedures for appeal:
VI.4.1) Body responsible for appeal procedures:
Not applicable
Body responsible for mediation procedures:
Not applicable
VI.4.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals:‘Appeals to be lodged in accordance with the Public Contracts Regulations 2015 (as amended)’.
VI.5) Date of dispatch of this notice:
03.01.2017

RELATED ARTICLES

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

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

CMR

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