web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Normanton: Electronic Assistive Technology Products

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2018/S 053-116851/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Supplies
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: NHS Supply Chain acting as agent for NHS Business Services Authority
Town: Normanton
Postal code: WF6 1TL
Country: United Kingdom
Contact Person: Kirsty Wiggins
Email: kirsty.wiggins@supplychain.nhs.uk
Internet address(es):
Main address: www.supplychain.nhs.uk

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
National or federal agency/office
I.5) Main activity
Health

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Electronic Assistive Technology Products
II.1.2) Main CPV code: 33196000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: NHS Supply Chain seeks to establish a non-exclusive Framework Agreement for the supply of Electronic Assistive Technology Products to the NHS Supply Chain customer base via the Direct Route. This procurement process and the resulting Framework Agreement will consist of 2 Lots. Lot 1 is for Electronic Assistive Technology and Lots 2 is for Lone Worker Devices. Further details about the lots are set out in section II.2.4.
It is anticipated that in the first 12 months of the Framework Agreement, the value of purchases across both lots will be circa £5,000,000 however this is approximate only. The figures for the total estimated value are based on that initial expenditure and include a forecast for growth.
II.1.5) Estimated total value:
Value excluding VAT: 20000000.00 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots:2
II.2) Description
II.2.1) Title: Electronic Assistive Technology

Lot No:1
II.2.2) Additional CPV code(s)
33196000, 79711000, 35121700, 32571000, 33196200, 33197000, 33196100

II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:
Various Locations in the UK.

II.2.4) Description of the procurement:
This Lot is for the supply of products such as Safety Alarms with Call Function, Standard Pager for people with Impaired Hearing, Smoke Alarm with Vibrating Pad, Mouse Controlled by Lip Movements, Button/Switch with Rubber Foam Base, Communication Software to allow Creation of Visual Aids, LED Eye Tracking Communication Aid via Headset, Bent Pole Rigid Wheelchair Mount with Locking Clamp, Text Magnifier Software and Bed Sensor Pad with Alarm/Monitor to Enable Detection of Movement.
It is anticipated that in the first 12 months of the Framework Agreement the value of purchases will be circa £2,000,000 however this is approximate only. The figures for the total estimated value are based on that initial expenditure and include a forecast for growth.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: 1 Sales, Service and Quality/Weighting:50 %Quality criterion -Name: 2 Technical/Weighting:20 %
Price – Weighting:30 %
II.2.6) Estimated value:
Value excluding VAT: 8000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
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: This Framework Agreement will have the option to extend incrementally for up to a total period of 48 months.

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.2.1) Title: Lone Worker Devices

Lot No:2
II.2.2) Additional CPV code(s)
35120000, 35121000, 79711000, 35121700, 32571000

II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:
Various Locations in the UK.

II.2.4) Description of the procurement:
This Lot is for the supply of products such Safety Alarm with Call and GPS Function.
It is anticipated that in the first 12 months of the Framework Agreement the value of purchases will be circa 3 000 000 GBP however this is approximate only. The figures for the total estimated value are based on that initial expenditure and include a forecast for growth.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: 1 Sales, Service and Quality/Weighting:50 %Quality criterion -Name: 2 Technical/Weighting:20 %
Price – Weighting:30 %
II.2.6) Estimated value:
Value excluding VAT: 12000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
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: This Framework Agreement will have the option to extend incrementally for up to a total period of 48 months.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no

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:Applicants should refer to II.2 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 one 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 initiatives.
NHS Supply Chain will share savings information in order to assist its customers with making informed procurement decisions. NHS Supply Chain intends to enter into arrangements under which it will be entitled to purchase supplies and/or services which it will 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.
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 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.
Please note that the maximum number of suppliers as set out in IV.1.3 is an estimate only.
Minimum level(s) of standards possibly required: Parent company or other guarantees may be required in certain circumstances. Further details will be in the tender documents.

Minimum level(s) of standards possibly required: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.2.2) Contract performance 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.

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:15IV.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:2017/S 108-216671
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2018-04-16 Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:7(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2018-04-17 Local time: 09:00

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:
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.
Header level requirements:
— Applicants are required to read all Framework Header Documents which can be accessed using the ‘NHS SCHEADER 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 wantsto 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 EVALUATIONCRITERIA’ tab,
— Applicants are then required to click on the ‘TERMS AND CONDITIONS’ button in the ‘SUBMIT INDIVIDUALLOT 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 ‘SUBMITINDIVIDUAL 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.
Please refer to Section III.1.1 for additional information.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Not Applicable
Town: Not Applicable
Country: United Kingdom
VI.5) Date of dispatch of this notice:2018-03-14