web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Salford: Medical equipments, pharmaceuticals and personal care products

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (15/S 220-400660/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Award criteria: Most economic bid
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 Shared Business Services Ltd (NHS SBS)
Halyard Court, 31 Broadway, The Quays
Salford
Postal code: M50 2UW
United Kingdom
For the attention of: Rachael Colley
Phone: +44 1612123700
Email: rachael_colley@nhs.net
Address of the buyer profile:
Electronic access to information:
Electronic submission of tenders and requests to participate:
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2) Type of the contracting authority:
OTHER: NHS SBS (acting as an agent on behalf of its clients) is a joint venture between the Department of Health and SopraSteria
I.3) Main activity: General public services,Health
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Multiple NHS Organisations

Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
Community Equipment Products and Services.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: A combination of these
Main site or location of works, place of delivery or of performance: Salford.
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
Duration of the framework agreement in years: 5
Justification for a framework agreement, the duration of which exceeds four years: To allow framework operators to recover their initial investment for setting up the services.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 160 000 000 and 250 000 000 GBP
II.1.5) Short description of the specific contract:
NHS SBS is seeking Tenderers to provide Community Equipment Products and Services and any associated complimentary products within the scope of this agreement. The Lots offered are stated below, with each comprising of sub lots that breaks down the Lot category.
— Lot 1: Daily Living Equipment;
— Lot 2: Continence Provision;
— Lot 3: Wheelchair Products and Services;
— Lot 4: Beds and Mattresses Products and Services;
— Lot 5: Moving and Handling Equipment (lifts and hoists);
— Lot 6: IT System — Asset Register and Management;
— Lot 7: Community Equipment Managed Services.
The items listed in each Lot are not an exhaustive list; companies will be required to use their specialist skills and product knowledge to identify and specify the appropriate devices for all care settings including wards/departments/speciality in an acute, community or mental health settings. NHS SBS, participating authorities and customers will work with framework operators to standardise and rationalise product ranges where appropriate.
II.1.6) Common procurement vocabulary (CPV): 33000000, 33192000, 33192100, 33192110, 33192120, 33192130, 33192150, 33192310, 33192600, 33193000, 33196000, 33197000, 39000000, 39143110, 39143111, 39143112, 39143123, 39512300, 39522510, 85140000, 85142400
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
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: NO
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
The Community Equipment Products and Service framework will cover the following areas:
— Lot 1: Daily living equipment;
— Lot 2: Continence provision;
— Lot 3: Wheelchair products and services;
— Lot 4: Beds and mattresses products and services;
— Lot 5: Moving and handling equipment (lifts and hoists);
— Lot 6: IT system — Asset register and management;
— Lot 7: Community equipment managed services.
Estimated value excluding VAT:
Range: between 160 000 000 and 250 000 000 GBP
II.2.2) Information about options:
Options:no
II.2.3) Information about renewals:
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion:
Duration in months: 60 (from the award of the contract)
Information about lots
Lot No: 1; Lot title: Daily Living Equipment
1) Short description: This Lot will seek to provide the supply of daily living and assistive equipment aids in all care settings and patients own home.
2) Common procurement vocabulary (CPV): 33000000,33192000,33192100,33192110,33192120,33192130,33192150,33192310,33192600,33193000,33196000,33197000,39000000,39143110,39143111,39143112,39143123,39512300,39522510,85140000,85142400
3) Quantity or scope:

4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Lot No: 2; Lot title: Continence Provision
1) Short description: This Lot will provide a range of products and services that are required to support the delivery of Continence services in all healthcare settings.
2) Common procurement vocabulary (CPV): 85142400,33000000,33192000,33192100,33192110,33192120,33192130,33192150,33192310,33192600,33193000,33196000,33197000,39000000,39143110,39143111,39143112,39143123,39512300,39522510,85140000
3) Quantity or scope:

4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Lot No: 3; Lot title: Wheelchair Products and Services
1) Short description: This Lot will offer a range of products and services including assessment and prescribing, supply and provision (powered and non-powered chairs) including delivery and collection, repairs and general maintenance, reuse/recycling, cleaning and decontamination, planned/preventative maintenance, rehabilitation engineering services, specialist seating to include risers, cushions and other accessories, pressure mapping and fully managed services.
2) Common procurement vocabulary (CPV): 33193000,33000000,33192000,33192100,33192110,33192120,33192130,33192150,33192310,33192600,33196000,33197000,39000000,39143110,39143111,39143112,39143123,39512300,39522510,85140000,85142400
3) Quantity or scope:

4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Lot No: 4; Lot title: Beds and Mattresses Products and Services
1) Short description: To support Clinical service delivery and clinical effectiveness this framework will enable the selection of appropriate equipment to assist in the prevention of pressure sore development.
2) Common procurement vocabulary (CPV): 39000000,33000000,33192000,33192100,33192110,33192120,33192130,33192150,33192310,33192600,33193000,33196000,33197000,39143110,39143111,39143112,39143123,39512300,39522510,85140000,85142400
3) Quantity or scope:

4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Lot No: 5; Lot title: Moving and Handling Equipment
1) Short description: The provision will cover items such as hoists, stand aids, transfer boards or slide sheets for all Health and Social Care settings where the care is commissioned and provided by the NHS or local authority.
2) Common procurement vocabulary (CPV): 33000000,33192000,33192100,33192110,33192120,33192130,33192150,33192310,33192600,33193000,33196000,33197000,39000000,39143110,39143111,39143112,39143123,39512300,39522510,85140000,85142400
3) Quantity or scope:

4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Lot No: 6; Lot title: IT system — Asset Register and Management, Tagging and Tracking
1) Short description: The NHS is looking to transform the way they operate, reduce costs and improve efficiency to meet the savings targets set out by the Government. Managing its assets effectively with the appropriate tagging to track where they are reduces the risk of loss, theft and potential fraudulent use.
2) Common procurement vocabulary (CPV): 33197000,33000000,33192000,33192100,33192110,33192120,33192130,33192150,33192310,33192600,33193000,33196000,39000000,39143110,39143111,39143112,39143123,39512300,39522510,85140000,85142400
3) Quantity or scope:

4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Lot No: 7; Lot title: Community Equipment Managed Services
1) Short description: This Lot will provide an option of managed services required to support Community Equipment Provision in all healthcare settings.
2) Common procurement vocabulary (CPV): 85140000,33000000,33192000,33192100,33192110,33192120,33192130,33192150,33192310,33192600,33193000,33196000,33197000,39000000,39143110,39143111,39143112,39143123,39512300,39522510,85142400
3) Quantity or scope:

4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
Details will be included in the procurement documentation available to download from EU Supply e-Tendering portal:
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details will be included in the procurement documentation available to download from EU Supply e-Tendering portal:
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Details will be included in the procurement documentation available to download from EU Supply e-Tendering portal:
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: no
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: Details will be included in the procurement documentation available to download from EU Supply e-Tendering portal:
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: Details will be included in the procurement documentation available to download from EU Supply e-Tendering portal:
Minimum level(s) of standards possibly required: Details will be included in the procurement documentation available to download from EU Supply e-Tendering portal:
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Details will be included in the procurement documentation available to download from EU Supply e-Tendering portal:
Minimum level(s) of standards possibly required: Details will be included in the procurement documentation available to download from EU Supply e-Tendering portal:
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
Execution of the service is reserved to a particular profession: no

III.3.2) Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: NO
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:
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2) Information about electronic auction:
An electronic auction will be used: no
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority/entity:
22107
IV.3.2) Previous publication(s) concerning the same contract:
No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
08.12.2015 – 12:00
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:
IV.3.8) Conditions for opening of tenders:
Persons authorised to be present at the opening of tenders: no.

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: No
VI.2) Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3) Additional information
The duration referenced in Section II 1.4) is for the placing of orders.
The value provided in Section II 1.4) is only an estimate. We cannot guarantee to successful suppliers any business through this framework agreement. Spend and volumes may vary throughout the life of the framework agreement from the anticipated levels given in this notice.
NHS Shared Business Services (SBS) wishes to establish a Framework Agreement for use by the following UK, Isle of Man and Scottish bodies (and any future successors to these organisations) subject to the approval of NHS SBS.
Public sector bodies, including any statutory and other successor organisations to any of the foregoing and in addition any other commissioners (whether alone or jointly with any other organisation), providers and regulators of NHS funded (either in whole or in part) services including practice based commissioning consortia, general practice commissioning consortia, the National Commissioning Board (and all sub national offices including anybody obtaining new membership to NHS Shared Business Services Ltd).
This includes but is not limited to the following NHS Trusts:
5 Boroughs Partnership NHS Foundation Trust, Alder Hey Children’s NHS Foundation Trust, Blackpool Teaching Hospitals NHS Foundation Trust, Bolton NHS Foundation Trust, Bridgewater Community Healthcare NHS Trust, Calderstones Partnership NHS Foundation Trust, Central Manchester University Hospitals NHS Foundation Trust, Central and North West London NHS Foundation Trust, Cumbria Partnership NHS Foundation Trust, East Cheshire NHS Trust, East Lancashire Hospitals NHS Trust, East London NHS Foundation Trust, Great Western Hospitals NHS Foundation Trust, Greater Manchester West Mental Health NHS Foundation Trust, Lancashire Care NHS Foundation Trust, Liverpool Community Health NHS Trust, Manchester Mental Health and Social Care Trust, Mersey Care NHS Trust, NHS Blackburn with Darwen CCG, NHS Blackpool CCG, NHS Brent CCG, NHS Central London (Westminster) CCG, NHS Chorley and South Ribble CCG, NHS Cumbria CCG, NHS Darlington CCG, NHS Durham Dales, Easington and Sedgefield CCG, NHS Ealing CCG, NHS East Lancashire CCG, NHS England, NHS Fylde and Wyre CCG, NHS Gateshead CCG, NHS Greater Manchester CSU, NHS Greater Preston CCG, NHS Harrow CCG, NHS Hartlepool and Stockton-on-Tees CCG, NHS Hillingdon CCG, NHS Hounslow CCG, NHS Hammersmith and Fulham CCG, NHS Lancashire CSU, NHS Lancashire North CCG, NHS Newcastle North and East CCG, NHS Newcastle West CCG, NHS North Durham CCG, NHS North of England CSU, NHS North Tyneside CCG, NHS Northumberland CCG, NHS Staffordshire and Lancashire CSU, NHS South Tees CCG, NHS Sunderland CCG, NHS West Lancashire CCG, NHS West London CCG, North Tees and Hartlepool NHS Foundation Trust, North West Ambulance Service NHS Trust, Pennine Care NHS Foundation Trust, Plymouth Community Healthcare, Salford Royal NHS Foundation Trust, St Helens and Knowsley Teaching Hospitals NHS Trust, Staffordshire and Stoke-on-Trent Partnership NHS Trust, Tameside Hospital NHS Foundation Trust, The Christie NHS Foundation Trust, University Hospital of South Manchester NHS Foundation Trust, University Hospitals of Morecambe Bay NHS Foundation Trust, Wrightington Wigan and Leigh NHS Foundation Trust.
In addition the following public sector bodies will be able to use the Framework subject to the approval of NHS SBS:
— Central Government Departments, Executive Agencies and NDPBs,



National Health Service (NHS) bodies, including:
— Acute Trusts:
— Clinical Commissioning Groups:
— Mental Health Trusts:
— Ambulance Trusts:
— Care Trusts:
— Area Teams:
— Special Health Authorities:
— Other English NHS bodies:
— Arms Length Bodies:
The NHS Commissioning Board and other organisations involved in commissioning or overseeing General Practitioner services and GP consortia which will be responsible for commissioning most aspects of NHS care (or equivalent body/bodies 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.
— GP Practices:
and
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 the NHS Commissioning Board or other organisations involved in commissioning or overseeing General Practitioner services, as described above.
— Social Enterprises: @dh/@en/documents/digitalasset/dh_119228.pdf
— Local Authorities:
NHS Wales (National Health Service for Wales) including but not limited to: Welsh Health Boards, Primary care services — GPs, pharmacies, dentists and optometrists, Hospital services, and community services, including those provided through community health centres and mental health services:
— Other Welsh Public Bodies — Welsh Local Authorities.
— NHS Scotland (National Health Service for Scotland) including but not limited to: NHS Boards, Hospitals, Primary care Services GPs, pharmacies, dentists and optometrists, Hospital services, and community services, including those provided through community health centres and mental health services:
— Other Scottish Public Bodies: Scottish Government, Scottish Local Authorities, Scottish Agencies, NDPBs, Scottish Further and Higher Education Boards, Scottish Police, Scottish Fire and Rescue, Scotland Citizens Advice, Scottish Schools and Scottish Housing Associations.
— NHS Northern Ireland (National Health Service for Northern Ireland) including but not limited to: Health and Social Care Trusts, Primary care Services GPs, pharmacies, dentists and optometrists, Hospital services, social care services and community services, including those provided through community health centres and mental health services:
— Northern Ireland Public Bodies including Local Authorities, Schools, Police Service, Citizens Advice.
— Hospices in the UK:
— Local Authorities:
a.
b.
c. (agents acting on behalf of Cheltenham Borough Council).
— Any commercial, not-for-profit or other charitable entity created, controlled and financed by a local authority or authorities with regard to provision of services captured by this framework.
— Police forces and other emergency services, including fire and rescue services, the maritime and coastguard agency and other rescue authorities (a list of police authorities and fire and rescue services can be found respectively at the following:
a.
b.
c.
d.
e.
— Educational establishments: Educational Establishments in England and Wales, maintained by the Department for Children, Schools and Families including Schools, Universities and Colleges but not Independent Schools:
— Registered Social Landlords (RSLs) or Private Registered Providers of social housing (PRPs), a list of such authorities being available at:
— Third Sector and Registered charities, as detailed at:
a.
b.
c.
— Citizens Advice in the United Kingdom:
a.
b.
c.
— Devolved and other administrations with the British Isles, including those detailed at: (in the case of Scotland)
a. and
b. (in the case of Wales)
— Her Majesty’s prison service as detailed at
— The Ministry of Defence as detailed at
— Isle of Man Government Health/Public Services:
VI.4) Procedures for appeal:
VI.4.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals:OJEU procedures include a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to bidders. This period allows unsuccessful bidders to seek further debriefing from the contracting authority before the contract is entered into. Such information should be requested from NHS SBS. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly.
VI.4.3) Service from which information about the lodging of appeals may be obtained:
NHS Shared Business Services (NHS SBS)
Halyard Court, Chandlers Point, 31 Broadway
Salford
Postal code: M50 2UW
United Kingdom
VI.5) Date of dispatch of this notice:
09.11.2015