web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Sheffield: Complete Ophthalmology Solutions 2

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2020/S 178-431058/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Global bid

Contract notice
Supplies

Section I: Contracting authority
I.1) Name and addresses
Official name: The Collaborative Procurement Partnership LLP, OC415501 registered address 2150 Century Way Thorpe Park, Colton, Leeds, West Yorkshire, LS15 8ZB (acting on behalf of Supply Chain Coordination Ltd, 10881715 at Skipton House, 80 London Road, London, SE1 6LH
Postal address: NHS Supply Chain, CPP LLP, 2nd Floor Don Valley House, Savile Street East
Town: Sheffield
Postal code: S4 7UQ
Country: United Kingdom
Contact Person: Gail Humphreys
Email: gail.humphreys@supplychain.nhs.uk
Internet address(es):
Main address:
Address of the buyer profile:

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Complete Ophthalmology Solutions 2

Reference number: NHS Supply Chain Project Reference 0059
II.1.2) Main CPV code: 33662100
II.1.3) Type of contract: Supplies
II.1.4) Short Description: The purpose of this framework is to offer the NHS an all-encompassing Ophthalmology solution with all products available under one framework agreement to enable the NHS to get the most economical and advantageous route to market with an avenue to realise maximum potential on savings suppliers may bid for one or more lot(s) added value/additional offers will be considered in relation to each lot or across lots e.g. amortisation. Bids will only be accepted through the In-tend portal Please allow sufficient time to make your submission as late submissions will not be permitted.
II.1.5) Estimated total value:
Value excluding VAT: 3000000000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: Ophthalmic Equipment

Lot No:LOT 1
II.2.2) Additional CPV code(s)
33122000, 38000000, 38634000, 33115000, 50344000

II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:UNITED KINGDOM.
II.2.4) Description of the procurement:
Lot 1: Ophthalmic Equipment
1.1 Diagnostic — Anterior
1.2 Diagnostic — Posterior
1.3 Diagnostic — Ultrasound
1.4 Surgical Equipment
1.5 Laser Equipment
1.6 Slit Lamp Equipment
1.7 Retinal Cameras
1.8 Training Equipment
1.9 Ophthalmic Accessories and Furniture.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 150000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:4-year framework renewal.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted yes
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: Ophthalmic equipment ranges from small handheld devices to capital equipment schemes warranty, repairs and maintenance are included within this lot.

II.2.1) Title: Ophthalmic Consumables and Implants

Lot No:Lot 2
II.2.2) Additional CPV code(s)
33140000, 33141000, 33169000, 33731110, 38636000

II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:UNITED KINGDOM.
II.2.4) Description of the procurement:
2.1 Intraocular Lenses (IOL’s)
2.2 Ophthalmic Surgical Procedure Packs
2.3 Ophthalmic Instruments
2.4 Ophthalmic Liquids, Solutions and Gases
2.5 Glaucoma and Ocular Implants.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 150000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:4-year framework renewal.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted yes
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: Compliance to EU Regs on Medical Devices 2017/745 or the Human Tissue (Quality and Safety for Human Application) Regulations 2007 throughout the life of the framework agreement. A few products which fall outside of these regulative standards shall be evaluated and accepted as ‘sale by sample’ as detailed in the ITT.

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:100
In the case of framework agreements,provide justification for any duration exceeding 4 years:
Call off contracts under the Framework may exceed 4 yearsIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2020/S 130-320305
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2020-10-16 Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.7) Conditions for opening tenders
Date: 2020-10-27 Local time: 15:00 Place:

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
Estimated timing for further notices to be published:4 years
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
Participating authorities entitled to use the resulting framework agreement, subject to the approval of SCCL/CPP LLP include:
• any NHS Trust, wholly owned NHS subsidiary, shared service, Public Sector Purchasing or Contracting Authority:
— any other NHS/Public Sector bodies located in England, Wales, Scotland, Northern Ireland, including any of the Crown Dependencies and NHS Collaborative Procurement Organisations
— the NHS in Wales, Scotland and Northern Ireland including but not limited to primary care services — GPs, pharmacies, dentists and optometrists, Hospital services and community services, including those provided through community health centres and mental health services at: NHS Wales (National Health Service for Wales): including but not limited to Welsh Health Boards, NHS Trusts and Public Health Wales
— NHS Scotland (National Health Service for Scotland) including but not limited to Regional NHS Boards, Special NHS Boards and public health body
• any other NHS entity or Local Authority:
— the NHS in England (National Health Service for the United Kingdom) including but not limited to Foundation Trusts, Acute (Hospital) Trusts, Ambulance Trusts, Mental Health Trusts, Care Trusts
— Social Enterprise UK, Local Authority Councils in England, Scotland and Wales: county, unitary, district, borough and metropolitan councils (parish/community councils) Local Councils in England, Scotland and Wales, Local Authority Councils in Northern Ireland
• any government department agency or other statutory body:
— Clinical Commissioning Groups, Area Teams, Special Health Authorities, NHS Improvement, Department of Health, Arm’s Length Bodies, NHS England and other organisations involved in commissioning primary care services via Clinical Commissioning Groups supported by Commissioning Support Units which are responsible for commissioning most aspects of NHS care (or equivalent body) established pursuant to legislation enacted as a result of, or in connection with, the White Paper, Equity and Excellence: Liberating the NHS published July 2010, CCG, CSU, the Clinical Commissioning Board, Area Teams and other organisations involved in commissioning and/or overseeing general practitioner services, GP consortia, GP Practices and any other provider of primary medical services:
(a) who are a party to any of the following contracts:
— General Medical Services (GMS),
— Personal Medical Services (PMS),
— Alternative Provider Medical Services (APMS); and/or
(b) commissioned by NHS England or other organisations involved in commissioning or overseeing general practitioner services, as described above.
• any third party/managed service acting on behalf of the NHS
• two or more public sector legal entities acting collaboratively
— Sustainability and Transformation Partnerships (STPs) and their individual constituent organisations
• NHS Supply Chain:
• and any statutory successor as a result of reorganisation or otherwise of the above entities.
VI.4) Procedures for review
VI.4.1) Review body
Official name: NHS Supply Chain
Postal address: Equinox House
Town: Nottingham
Postal code: NG2 4LA
Country: United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

VI.5) Date of dispatch of this notice:2020-09-09