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
For the attention of: Jenny Moult
WF6 1TL Normanton
UNITED KINGDOM
Telephone: +44 7714041353
E-mail:
Fax: +44 1924328744
Further information can be obtained from: NHS Supply Chain acting as agent for NHS Business Services Authority
Internet address: http://procurement.supplychain.nhs.uk/ISS/
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: http://procurement.supplychain.nhs.uk/ISS/
Tenders or requests to participate must be sent to: NHS Supply Chain acting as agent for NHS Business Services Authority
Internet address: http://procurement.supplychain.nhs.uk/ISS/
I.2)Type of the contracting authorityNational or federal agency/office
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:Airway Management Consumables - 2013.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
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 agreementFramework agreement with several operators
maximum number of participants to the framework agreement envisaged: 77
Duration of the framework agreement
Duration in years: 2
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 53 810 000 GBP
II.1.5)Short description of the contract or purchase(s)The supply to NHS Supply Chain depots via the Stock Cross-Dock / Blue Diamond and the E-Direct Route to the NHS Supply Chain customer base of Airway Management Consumables.
The products to be supplied shall include all products that fall under the following Lot headings. The overall requirement is not limited to the products that are listed in the Sample Bundle product list and Applicants should refer to Section V1.3 of this Contract Notice and the Invitation to Tender for further information in this respect.
Lot 1 - Breathing Circuits
The supplies that are required under this Lot are all products that are capable of providing gas pathways to patients. Typically this pathway is from an anaesthetic or a ventilator machine.
Lot 2 - Breathing Filters
The supplies that are to be provided under this Lot are Breathing Filters.
This shall include but shall not be limited to: mechanical electrostatic and heat moisture exchange filter (HMEF) with and without sampling port.
Lot 3 - Accessories Relating to Breathing Circuits & Breathing Filters
A wide range of Breathing Circuit & Breathing Filter accessories may be supplied under this Lot. The products to be supplied and that fall within the scope of this lot are to be used as accessories to breathing circuits and breathing filters.
Products which may be supplied under this Lot are those products that are a genuine accessory to and that can be used in conjunction with the normal day to day function and operation of breathing circuits and/or breathing filters.
The types of accessories may typically include but shall not be limited to: Catheter mounts Connector fixed elbow and Gas supply lines.
Lot 4 - Endobronchial Tubes and Blockers
The range of supplies that are required under this Lot are all Endobronchial Tube and Blocker products that are typically be used in thoracic surgery.
Lot 5 - Nasopharyngeal Airways
The range of supplies that are required under this Lot are all Nasopharyngeal Airway products that are designed to be inserted into the nasal passageway to secure an open airway.
Lot 6 - Oropharyngeal Airways
The range of supplies that are required under this Lot are all Oropharyngeal Airway (also known as an oral airway OPA or Guedel airway) products that are used to maintain an open airway. This excludes the products that are to be supplied under Lot 7: One Piece Oropharyngeal Airway
The range of supplies that are required under this Lot are all one piece Oropharyngeal Airway products (also known as an oral airway OPA or Guedel airway products) that are used to maintain an open airway and that eliminate the need for a separate bite block.
A free-of charge after-sales product support (helpline) service is required to support the use of Airway Management products supplied under the terms of the Framework Agreement. Please see the Appendix 3 (Specification) of the Invitation to Tender for further details.
Additional and/or replacement products may be introduced during the life of this Framework Agreement subject to the conditions outlined in the Invitation to tender. All communications must be made through NHS Supply Chain's eTendering portal at http://procurement.supplychain.nhs.uk/ISS/ using the Message Centre facility linked to this particular contract notice.
II.1.6)Common procurement vocabulary (CPV)33100000, 33157400, 33190000, 33162100, 33172100, 33171100, 33172200, 33140000
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Values provided are not restricted to the value of the product lines that are to be evaluated in this tender. Market research has indicated there is a large and disparate range of products available that fall under each of the general Lot headings and therefore NHS Supply Chain reserves the right to purchase additional product lines during the tender and the Framework Agreement period. The figures provided in this Contract Notice are an estimate only as precise quantities of likely purchases are unknown. It is anticipated that in the first year of the Framework Agreement the value of purchases will be in the region of £13 452 500. However this is an approximate value only. The Lot value estimates (in Annex B) are based on this initial annual expenditure but represent the estimated value of the Lots over the total Framework Period (4 years). The value of actual purchases made is entirely dependent upon demand that is generated by the NHS Supply Chain customers. The figure below is the total estimated value of the Framework Agreement based on the combined Lot estimated values.
Estimated value excluding VAT: 53 810 000 GBP
II.2.2)Information about optionsOptions: yes
Description of these options: This Framework Agreement will have the option to extend for a maximum of 24 months.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completionDuration in months: 24 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Breathing Circuits1)Short descriptionBreathing Circuits.
2)Common procurement vocabulary (CPV) 3)Quantity or scope"Precise quantities of likely purchases are unknown. The estimated value of this lot is 22 000 000 GBP. This estimate is based on anticipated volumes over the maximum period of the Framework Agreement.
"
Estimated value excluding VAT: 22 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lotsApplicants who reach a minimum hurdle of 40 % of the combined financial and non-financial (total) score for this Lot and where the Applicant's total score is one of the highest scoring twenty applications within this Lot shall be awarded to this Lot subject to the other terms of tender. In the event of a tie on score NHS Supply Chain reserves the right to award to more than the said number of Applicants.
Lot No: 2 Lot title: Breathing Filters1)Short descriptionBreathing Filters.
2)Common procurement vocabulary (CPV) 3)Quantity or scopePrecise quantities of likely purchases are unknown. The estimated value of this lot is 18 000 000 GBP. This estimate is based on anticipated volumes over the maximum period of the Framework Agreement.
Estimated value excluding VAT: 18 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lotsApplicants who reach a minimum hurdle of 40 % of the combined financial and non-financial (total) score for this Lot and where the Applicant's total score is one of the highest scoring twenty applications within this Lot shall be awarded to this Lot subject to the other terms of tender.
In the event of a tie on score NHS Supply Chain reserves the right to award to more than the said number of Applicants.
Lot No: 3 Lot title: Accessories Relating to Breathing Circuits & Breathing Filters1)Short descriptionAccessories Relating to Breathing Circuits & Breathing Filters.
2)Common procurement vocabulary (CPV) 3)Quantity or scopePrecise quantities of likely purchases are unknown. The estimated value of this lot is 10 000 000 GBP. This estimate is based on anticipated volumes over the maximum period of the Framework Agreement.
Estimated value excluding VAT: 10 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lotsApplicants who reach a minimum hurdle of 40% of the combined financial and non-financial (total) score for this Lot and where the Applicant's total score is one of the highest scoring twenty applications within this Lot shall be awarded to this Lot subject to the other terms of tender.
In the event of a tie on score NHS Supply Chain reserves the right to award to more than the said number of Applicants.
Lot No: 4 Lot title: Endobronchial Tubes and Blockers1)Short descriptionEndobronchial Tubes and Blockers.
2)Common procurement vocabulary (CPV)33140000, 33157400, 33190000, 33162100
3)Quantity or scopePrecise quantities of likely purchases are unknown. The estimated value of this lot is 2 800 000 GBP. This estimate is based on anticipated volumes over the maximum period of the Framework Agreement.
Estimated value excluding VAT: 2 800 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lotsApplicants who reach a minimum hurdle of 40% of the combined financial and non-financial (total) score for this Lot and where the Applicant's total score is one of the highest scoring ten applications within this Lot shall be awarded to this Lot subject to the other terms of tender.
In the event of a tie on score NHS Supply Chain reserves the right to award to more than the said number of Applicants.
Lot No: 5 Lot title: Nasopharyngeal Airways1)Short descriptionNasopharyngeal Airways
2)Common procurement vocabulary (CPV)33140000, 33157400, 33190000, 33162100, 33171100
3)Quantity or scopePrecise quantities of likely purchases are unknown. The estimated value of this lot is 720 000 GBP. This estimate is based on anticipated volumes over the maximum period of the Framework Agreement.
Estimated value excluding VAT: 720 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lotsApplicants who reach a minimum hurdle of 40% of the combined financial and non-financial (total) score for this Lot and where the Applicant's total score is one of the highest scoring three applications within this Lot shall be awarded to this Lot subject to the other terms of tender.
In the event of a tie on score NHS Supply Chain reserves the right to award to more than the said number of Applicants.
Lot No: 6 Lot title: Oropharyngeal Airways1)Short descriptionOropharyngeal Airways
2)Common procurement vocabulary (CPV)33140000, 33157400, 33190000, 33162100, 33171100
3)Quantity or scopePrecise quantities of likely purchases are unknown. The estimated value of this lot is 40 000 GBP. This estimate is based on anticipated volumes over the maximum period of the Framework Agreement.
Estimated value excluding VAT: 40 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lotsApplicants who reach a minimum hurdle of 40% of the combined financial and non-financial (total) score for this Lot and where the Applicant's total score is one of the highest scoring three applications within this Lot shall be awarded to this Lot subject to the other terms of tender.
In the event of a tie on score NHS Supply Chain reserves the right to award to more than one Applicant to this Lot.
Lot No: 7 Lot title: One Piece Oropharyngeal Airway1)Short descriptionOne Piece Oropharyngeal Airway
2)Common procurement vocabulary (CPV)33140000, 33157400, 33190000, 33162100, 33171100
3)Quantity or scopePrecise quantities of likely purchases are unknown. The estimated value of this lot is 250 000 GBP. This estimate is based on anticipated volumes over the maximum period of the Framework Agreement.
Estimated value excluding VAT: 250 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lotsThe Applicant who passes a minimum scoring hurdle of 40% of the combined financial and non-financial (total) score for this Lot and where that application is the highest scoring (single) application within this Lot shall be the basis of a single award to this Lot
In the event of a tie on score NHS Supply Chain reserves the right to award to more than the said number of Applicants.
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.
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 conditionsThe 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 Applicants 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 registersInformation 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 http://procurement.supplychain.nhs.uk/ISS/
Applicants 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 http://procurement.supplychain.nhs.uk/ISS/ 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 http://procurement.supplychain.nhs.uk/ISS/ .
- 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
The system tasks required to complete the tender are:
Header Level
1.
Read Framework header documents: Access these by clicking on the ‘NHS Header Documents' button found in the ‘Select Framework' tab.
2.
Upload the completed header level documents. These are the documents the Applicant must provide as instructed by NHS Supply Chain. Access this area using the ‘SUPPLIER HEADER DOCUMENTS'. This section is for appendices / forms that are required for this tender and attach any supplementary documents that are required.
3.
Complete the Framework level questions: These questions are found in the ‘Framework Questionnaire' tab.
Lot Level
1.
Lot header selection:
- Select the Lot Line Details button to view the lot detail to determine whether the Supplier wishes to respond to this lot.
- Select the ‘express intent' button after the required lot has been highlighted to be able to respond to the lot. NOTE: This expression of intent does not place an obligation on the Applicant to respond the action unlocks the ability to respond.
Note: There are no Lot level documents for this tender. Please do not upload any additional documents at Lot Level. There are no LOT Level (or Lot-specific) questions for this tender.
2.
Complete price offers per line for the Lot. Complete the required fields for the lines the Applicant wants to include in the bid using the LOT Line Detail tab. It is mandatory to complete all supply route prices.
3.
Accept the Terms and Conditions. Click on the Terms And Conditions to view and accept the Terms and Conditions.
4.
Submit Lot Response. Click on the Submit Response button to submit your response for the Lot.
Notes:
a. Each Lot must be submitted independently. Example: If you have completed the responses for Lot 1 and Lot 2 you need to submit a response for lot 1 and then also submit a response for Lot 2.
b. No data is sent to NHS Supply Chain until the Submit Response button is clicked on.
c. The detail will only become visible to NHS Supply Chain after the tender has closed.
5.
Supplier Submission Report. Open and review the ‘Supplier Submission Report' to ensure all entries are correct. If an error is found and the tender has not yet closed the Applicant can update the response and re-submit the response. NOTE: Only the latest submission will be available to NHS Supply Chain after the tender has closed.
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 procedureOpen
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 criteriaThe 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
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
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 participate4.7.2013 - 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 upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderin days: 200 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 5.7.2013 - 09:00
Place:
As in above mentioned 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.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional informationApplicants should refer to section 3.5 of the Invitation to Tender for details of the scoring process to be used to assess the Applicants to be appointed to the Framework Agreement. Applicants may tender for one more than one or all of the Lots. Applicants may tender for one more than one or all of the product lines within each of the Lots. An award decision will be made on a Lot (sample bundle) basis. Applicants should refer to the ITT document for more information about evaluation and appointment to the Framework Agreement. Only applications achieving a score of 40% or more shall be considered for appointment onto the Framework Agreement subject to the maximum numbers to be awarded to each of the Lots (see Invitation to Tender). Any Applicants who do not reach the minimum 40% score who are outside of the top ranking Applicants per Lot will be treated as ineligible for the Framework Agreement. The successful Applicants shall be able to supply the product lines they have tendered for including any Additional Lines subject to the conditions outlined in the ‘Scope of Appointment and Range Management' section of the Invitation to Tender document. In the event of a tie on score NHS Supply Chain reserves the right to award to more than the indicated number of Applicants per Lot. Additional product line details must be submitted where an Applicant is able and wishes to supply any products that are in addition to the Sample Bundle but these product lines will not be subject to the evaluation process and will be listed at the discretion of NHS Supply Chain. NHS Supply Chain anticipates that the products which are set out in the Invitation To Tender may be subject to framework change supply route change and product updates during the life of this Agreement. Therefore Applicants should note that additional and/or replacement products may be introduced during the life of the Framework Agreement. 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 Applicants with the opportunity to offer additional savings to customers through the provision of discounted pricing value added offerings and commitment/bulk buy initiatives. Applicants should also note that whilst evaluation to the Framework Agreement will take place on the basis of the Most Economically Advantageous Tender (MEAT) criteria NHS Supply Chain reserves the right to conduct e-auctions throughout the lifetime of the Framework Agreement on the basis of the MEAT criteria and/or on the basis of price alone. NHS Supply Chain will share savings information in order to assist its customers with making informed procurement decisions and 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 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. Applications and all supporting tender documentation 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 incurred by those expressing an interest in 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.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresRefer to point VI.4.2
Body responsible for mediation procedures
Not applicable
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Precise information on deadline(s) for lodging appeals: Any appeals under this process should be addressed to the contact in point I.1.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:20.5.2013