
Market Leads & Opportunities
United Kingdom-Leeds: Dynamic Purchasing System for Automated Blood Pressure Monitors (Remote Monitoring for Hypertension)
Type of document: Dynamic purchasing system
Country: United Kingdom
OJEU Ref: (2020/S 250-626761/EN)
Nature of contract: Supply contract
Procedure: Restricted procedure
Type of bid required: Global bid
Dynamic purchasing system
Supplies
Section I: Contracting authority
I.1) Name and addresses
Official name: NHS England
Postal address: Quarry House, Quarry Hill
Town: Leeds
Country: United Kingdom
Contact Person: Garry Mitchell
Telephone: +44 7786275627
Email: Commercial.procurementhub@nhs.net
Internet address(es):
Main address:
Address of the buyer profile:
The contract is awarded by central purchasing body
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: Dynamic Purchasing System for Automated Blood Pressure Monitors (Remote Monitoring for Hypertension)
II.1.2) Main CPV code: 33100000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: NHSX, through NHS England and NHS Improvement (NHSEI) as the legal entity are establishing a Dynamic Purchasing System for the purchase of automated blood pressure monitors (to enhance their Remote Monitoring for Hypertension programme for which they have currently up to GBP 3.75 million available) and to enable this DPS to be a vehicle for other primary care, health and social care organisations, secondary care providers, community pharmacies, urgent care providers, ambulance trusts, optometry and dentistry providers (full list provided in section V1.3) to purchase via this DPS.
The National Commercial and Procurement Hub is conducting this procurement on behalf of NHSX and is divided into two lots.
For a supplier to be admitted onto the DPS, the product they are intending to supply must be listed on the British and Irish Hypertension Society (BIHS) website () and meet the requirements as detailed in the procurement documents.
II.1.5) Estimated total value:
Value excluding VAT: 3750000.00 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: Standard Automated Blood Pressure Monitors
Lot No:Lot 1 – Standard Automated Blood Pressure Monitors
II.2.2) Additional CPV code(s)
33190000, 33195000, 33195100
II.2.3) Place of performance
Nuts code: UK, UKC, UKD, UKE, UKF, UKG, UKH, UKI, UKJ, UKK, UKL, UKM, UKN
II.2.4) Description of the procurement:
The National Commercial and Procurement Hub is conducting this procurement on behalf of NHSX and is seeking suitably experienced and qualified suppliers to deliver appropriate certified Automated Blood Pressure Monitors (including accessories) at a local (including delivery to a Patient Home) or national level.
We encourage interested suppliers to apply in good time to enable assessment of their applications to support the tendering work once the initial 30 days has elapsed.
NHSX has been working closely with the NHS@Home team on a range of projects one of which is to roll out automated blood pressure monitors and a digital platform over winter 20/21 to those at highest risk currently GBP 3.75 million (for all Lots) is available to NHSX for this roll out of Blood Pressure Monitors across both lots.
This first wave would prioritise applications from health systems in areas of deprivation and with high BAME populations to help improve the marked health inequalities within these groups as well as Covid-19 hotspots.
Lot 1 – Standard Automated Blood Pressure Monitors
The requirement is for simple, fully automatic upper arm blood pressure monitors to provide patients with comfortable, quick and accurate blood pressure results. The results can be either manually or automatically inputted into local Apps/digital platforms for primary care to review.
A list of validated automated blood pressure monitors is maintained on the British and Irish Hypertension Society (BIHS) website (). The automated blood pressure monitors must be on this list and meet the requirements as detailed in the procurement documents.
Each device must come supplied with either a standard adult or universal cuff. A small proportion of larger cuffs will also be required.
The contract period for the DPS will remain open (valid) for a period of 3 years (to January 2024) with a possible extension up to 12 months. Suppliers may join the DPS at any time during its life.
Application to the DPS will be via a selection questionnaire. Bidders who are unsuccessful will be able to re-apply to join at any point during the life of the DPS. Successful bidders will be required to sign a Participation Agreement to become an approved Supplier on this DPS arrangement.
NHSx (NHSE/I) and all other primary care, health and social care organisations, secondary care providers, community pharmacies, urgent care providers, ambulance trusts, optometry and dentistry providers (full list provided in section V1.3) will be able to use the DPS to award specific contracts, by inviting suppliers listed to compete via an Invitation to tender. Competitions will commence immediately following the initial 30 day period for applications.
The estimated total value is cGBP 3.75 million split across the 2 lots. Contract values for each lot will vary accordingly and is estimated for Lot 1 to be GBP 2.81 million.
The awarding of specific contracts will be via invitation to tender to Suppliers listed on the established DPS.
The overarching technical specification upon which the Dynamic Purchasing System is established will be subject to change throughout the lifetime of the Dynamic Purchasing System in order to achieve alignment with national standards as they evolve.
The scope of the Dynamic Purchasing System may be subject to variation throughout its lifetime in order to incorporate new products to enhance remote monitoring.
Any such change will be subject to full approval and economic operators will be notified of any such planned changes.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 2810000.00 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:Once established, the Dynamic Purchasing System for Automated Blood Pressure Monitors will remain open (valid) until January 2024, with a possible extension period of any period up to a further 12 months. This may be by way of a single extension period.
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: no
II.2.11) Information about options
Options yes
Description of options: Once established, the Dynamic Purchasing System for Automated Blood Pressure Monitors will remain open (valid) until January 2024, with a possible extension period of any period up to a further 12 months. This may be by way of a single extension period.
Further lots may be added to support the national roll out of automated blood pressure monitors.
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: Providers will be able to view this notice via the ‘current tenders’ list on the e-procurement system In-Tend, available on the following link:
In order to submit a bid, you will need to be registered on the e-procurement system and ‘express an interest’, and then complete a response as specified within the procurement documents.
II.2.1) Title: Automated Blood Pressure Monitors that Enables Atrial Fibrillation (AF) Detection
Lot No:Lot 2 – Automated Blood Pressure Monitors that enables atrial fibrillation (AF) detection
II.2.2) Additional CPV code(s)
33190000, 33195000, 33195100
II.2.3) Place of performance
Nuts code: UK, UKC, UKD, UKE, UKF, UKG, UKH, UKI, UKJ, UKK, UKL, UKM, UKN
II.2.4) Description of the procurement:
The National Commercial and Procurement Hub is conducting this procurement on behalf of NHSX and is seeking suitably experienced and qualified suppliers to deliver appropriate certified Automated blood pressure monitors (including accessories) at a local (including delivery to a Patient Home) or national level.
We encourage interested suppliers to apply in good time to enable assessment of their applications to support the tendering work once the initial 30 days has elapsed.
NHSX has been working closely with the NHS@Home team on a range of projects one of which is to roll out blood pressure monitors and a digital platform over winter 20/21 to those at highest risk currently GBP 3.75 million (for all Lots) is available for this roll out across both lots.
This first wave would prioritise applications from health systems in areas of deprivation and with high BAME populations to help improve the marked health inequalities within these groups as well as Covid-19 hotspots.
Lot 2 – Automated Blood Pressure Monitors that enable atrial fibrillation (AF) detection
The requirement is for simple, fully automatic upper arm blood pressure monitors to provide patients with comfortable, quick and accurate blood pressure results that also detects possible Atrial Fibrillation (AFib) with a high specificity and sensitivity. The results can be automatically inputted into local Apps/digital platforms via Bluetooth or other automatic functionality for primary care to review.
A list of validated blood pressure monitors is maintained on the British and Irish Hypertension Society (BIHS) website (). The blood pressure monitors must be on this list and meet the requirements as detailed in the procurement documents.
Each device must come supplied with either a standard adult or universal cuff. A small proportion of larger cuffs will also be required.
The contract period for the DPS will remain open (valid) for a period of 3 years (to January 2024) with a possible extension up to 12 months. Suppliers may join the DPS at any time during its life.
Application to the DPS will be via a Selection Questionnaire. Bidders who are unsuccessful will be able to re-apply to join at any point during the life of the DPS. Successful bidders will be required to sign a Participation Agreement to become an approved Supplier on this DPS arrangement.
NHSx (NHSE/I) and all other primary care, health and social care organisations, secondary care providers, community pharmacies, urgent care providers, ambulance trusts, optometry and dentistry providers (full list provided in section V1.3) will be able to use the DPS to award specific contracts, by inviting suppliers listed to compete via an Invitation to tender. Competitions will commence immediately following the initial 30 day period for applications.
The estimated total value is cGBP 3.75 million split across the 2 lots. Contract values for each lot will vary accordingly and is estimated for Lot 2 to be GBP 940 000.
The awarding of specific contracts will be via invitation to tender to Suppliers listed on the established DPS.
The overarching technical specification upon which the Dynamic Purchasing System is established will be subject to change throughout the lifetime of the Dynamic Purchasing System in order to achieve alignment with national standards as they evolve.
The scope of the Dynamic Purchasing System may be subject to variation throughout its lifetime in order to incorporate new products to enhance remote monitoring.
Any such change will be subject to full approval and economic operators will be notified of any such planned changes.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 940000.00 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:Once established, the Dynamic Purchasing System for automated blood pressure monitors will remain open (valid) until January 2024, with a possible extension period of any period up to a further 12 months. This may be by way of a single extension period.
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: no
II.2.11) Information about options
Options yes
Description of options: Once established, the Dynamic Purchasing System for automated blood pressure monitors will remain open (valid) until January 2024, with a possible extension period of any period up to a further 12 months. This may be by way of a single extension period.
Further Lots may be added to support the national roll out of automated blood pressure monitors.
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: Providers will be able to view this notice via the ‘current tenders’ list on the e-procurement system In-Tend, available on the following link:
In order to submit a bid, you will need to be registered on the e-procurement system and ‘express an interest’, and then complete a response as specified within the procurement documents.
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:See Selection Questionnaire
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:
Restricted procedure
The procurement involves the setting up of a dynamic purchasing systemIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2024-01-20 Local time: 17:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
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:
It is envisaged that this DPS, once established, will be used by the following organisation (and all successors thereto). whether procuring themselves, or on behalf of other such named organisations, or procuring together as members of any joint procurement.
The National Health Service Commissioning Board (known as NHS England);
Any other health service body as defined at section 9 National Health Service Act 2006, including but not limited to:
Any: Clinical Commissioning Group; NHS Trust; Special Health Authority; Care Quality Commission; Secretary of State; a Local Health Board; NHS Foundation Trusts; Academic Health Science Networks; National Institute for Health and Care Excellence, known as NICE; Health and Social Care Information Centre, known as NHS Digital; NHS Improvement (the operational name of Monitor and the National Health Service Trust Development Authority); Health Education England and Local Education and Training Boards (LETBs); NHS Health Research Authority; The Department of Health and Social Care;
National Institute of Health Research; Executive agencies of the Department of Health and Social Care including but not limited to Public Health England, the Medicines and Healthcare Products Regulatory Agency;
Arms-Length Bodies and executive non-departmental public bodies of the Department of Health not
Otherwise listed above including but not limited to NHS Blood and Transplant, NHS
Business Services Authority, NHS Litigation Authority (known as NHS Resolution), the Human Fertilisation and Embryology Authority, and the Human Tissue Authority;
All Local Authorities of England, as defined under section 1 the Local Government Act 2000 including Health and Well Being Boards established by any Local Authority;
Ministry of Justice and its executive agencies including but not limited to Her Majesty’s Prison and Probation Service;
Health Service of Northern Ireland (HSNI);
Department of Health, Social Services and Public Safety (Northern Ireland) ;
Health and Social Care Board of Northern Ireland ;
Health Agencies in Northern Ireland ;
The Business Services Organisation entities constituted pursuant to the National Health Service (Scotland) Act 1978 (i.e. all NHS Scotland Health Boards, Special Health Boards and the Common Services Agency), independent contractors to NHS Scotland (i.e. general medical practitioners) and the Scottish Prison Service detailed at
NHS Bodies in Wales, including (without limitation) the 7 Local Health Boards and the 3 NHS Trusts in Waleswww.wales.nhs.uk/nhswalesaboutus/structure;
GP Practices in Wales
This DPS may be used by non-Contracting Authorities to place Call Off
Agreements. These could include for example:
General Practices in England;
Other providers of clinical services in England;Organisations that fulfil the conditions of Regulation 12 (1) of the Public Contracts Regulations 2015
(commonly known as a ‘Teckal’ where the controlling Contracting Authority or Authorities are one or more of the contracting authorities listed above (and/or a legal person controlled by one or more of the contracting authorities listed above).
This DPS may be used by private sector organisations providing health and social care services including but not limited to: community pharmacies, urgent care, optometry, dentistry, care home providers.
The services are deemed to be subject to the full regime of current EU procurement legislation and as such this tender will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015 (as amended). This contract will therefore be awarded in accordance with the provisions applicable in Regulation 5 of the Public Contracts Regulations 2015 and the Dynamic Purchasing System operated in accordance with Reg 34.
VI.4) Procedures for review
VI.4.1) Review body
Official name: NHS England and NHS Improvement
Postal address: Quarry House, Quarry Hill
Town: Leeds
Postal code: LS2 7UE
Country: United Kingdom
VI.4.2) Body responsible for mediation procedures
Official name: NHS England and NHS Improvement
Postal address: Quarry House, Quarry Hill
Town: Leeds
Postal code: LS2 7UE
Country: United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
As described in VI.3, deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the 2015 Regulations.
VI.4.4) Service from which information about the review procedure may be obtained
Official name: NHS England and NHS Improvement
Postal address: Quarry House, Quarry Hill
Town: Leeds
Postal code: LS2 7UE
Country: United Kingdom
E-mail: Commercial.procurementhub@nhs.net
Internet address: www.england.nhs.uk
VI.5) Date of dispatch of this notice:2020-12-18
More Opportunties
- United Kingdom-Winchester: Framework for the Supply and Installation of Residential Furniture
22 May 25
Hampshire County Council invites applications from suitably experienced organisations who wish to be considered for selection to tender for the Supply of Residential Furniture such as bedroom furniture ( i.e chest of drawers, wardrobes, bedside tables, dr> > - United Kingdom-Oldbury: Technology Hardware
22 May 25
Sandwell Metropolitan Borough Council (the Council) is a unitary, metropolitan authority located in the West Midlands. SMBC is made of 6 towns (West Bromwich, Oldbury, Tipton, Wednesbury, Smethwick, Rowley Regis). SMBC employs over 4500 people, employees> > - United Kingdom-Richmond: Lexis + Subscription
22 May 25
12-month subscription to 'Lexis+' legislation service.> >