Supplies - 243185-2020

25/05/2020    S100

United Kingdom-London: Medical equipments

2020/S 100-243185

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: NHS Supply Chain Operated by DHL Supply Chain Ltd acting as agent of Supply Chain Coordination Ltd (SCCL)
Postal address: c/o Skipton House, 80 London Road
Town: London
NUTS code: UKI4 Inner London – East
Postal code: SE1 6LH
Country: United Kingdom
Contact person: Natalie McBride
E-mail: natalie.mcbride@supplychain.nhs.uk
Telephone: +44 7973875597
Fax: +44 1924328744
Internet address(es):
Main address: https://www.gov.uk/government/organisations/department-of-health
Address of the buyer profile: https://www.gov.uk/government/organisations/department-of-health/about/procurement
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://procurement.supplychain.nhs.uk/ISS/
Additional information can be obtained from another address:
Official name: DHL Supply Chain Ltd
Postal address: Foxbridge Way
Town: Normanton
NUTS code: UKE4 West Yorkshire
Postal code: WF6 1TL
Country: United Kingdom
Contact person: Natalie McBride
E-mail: natalie.mcbride@supplychain.nhs.uk
Telephone: +44 7973875597
Fax: +44 1924328744
Internet address(es):
Main address: https://www.gov.uk/government/organisations/department-of-health
Address of the buyer profile: https://www.gov.uk/government/organisations/department-of-health/about/procurement
Tenders or requests to participate must be submitted electronically via: http://procurement.supplychain.nhs.uk/ISS/
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: http://procurement.supplychain.nhs.uk/ISS/
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:

Operating Microscopes and Associated Accessories

Reference number: FAG000017328
II.1.2)Main CPV code
33100000 Medical equipments
II.1.3)Type of contract
Supplies
II.1.4)Short description:

NHS Supply Chain seeks to establish a non-exclusive framework agreement for supply to the NHS Supply Chain customer base via the Direct Route.

NHS Supply Chain intends to launch a national framework agreement for the supply of operating microscopes and associated accessories that are for use, predominantly, within the National Health Service (Trust) operating theatres and outpatient departments. The framework agreement will include provision of the following types of microscropes: ear, nose, throat (ENT) Theatre microscope, ophthalmic theatre microscope, neurological theatre microscope, plastics and maxillofacial theatre microscope, ENT outpatient microscope, dental microscope and colposcope.

II.1.5)Estimated total value
Value excluding VAT: 41 634 506.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2)Description
II.2.1)Title:

Theatre Microscopes

Lot No: 1
II.2.2)Additional CPV code(s)
33124100 Diagnostic devices
33124110 Diagnostic systems
38634000 Optical microscopes
33162100 Operating-theatre devices
38510000 Microscopes
33164100 Colposcope
48180000 Medical software package
50340000 Repair and maintenance services of audio-visual and optical equipment
50344000 Repair and maintenance services of optical equipment
72212180 Medical software development services
51400000 Installation services of medical and surgical equipment
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

Various locations in the UK.

II.2.4)Description of the procurement:

Lot 1: Theatre microscopes

• ear, nose, throat (ENT),

• ophthalmic,

• neurological,

• plastics and maxillofacial, and

• associated accessories.

Please refer to section 1.3 of Appendix 3 specification for definition of associated accessories.

It is anticipated that in the initial term of 24 months of the framework agreement the value of purchases will be in the region of GBP 16 200 000.00 however this is approximate only. The figures for the total estimated value are based on that initial expenditure and include a forecast for growth.

NHS Supply Chain anticipates appointing all applicants who meet the minimum requirements which are set out in these tender documents and whose total score meets or exceeds a hurdle of at least 50 % at tender evaluation stage to the lot.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Supply / Weighting: 9
Quality criterion - Name: Support / Weighting: 19
Quality criterion - Name: Training / Weighting: 15
Quality criterion - Name: Warranty and repairs / Weighting: 17
Cost criterion - Name: Financial / Weighting: 40
II.2.6)Estimated value
Value excluding VAT: 33 307 605.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: yes
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 maximum 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.2.14)Additional information
II.2)Description
II.2.1)Title:

Outpatient Microscopes

Lot No: 2
II.2.2)Additional CPV code(s)
33124100 Diagnostic devices
33124110 Diagnostic systems
38634000 Optical microscopes
33162100 Operating-theatre devices
38510000 Microscopes
33164100 Colposcope
48180000 Medical software package
50340000 Repair and maintenance services of audio-visual and optical equipment
50344000 Repair and maintenance services of optical equipment
72212180 Medical software development services
51400000 Installation services of medical and surgical equipment
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

Various locations in the UK.

II.2.4)Description of the procurement:

Lot 2: Outpatient microscopes

• ear, nose, throat (ENT),

• dental,

• colposcope, and

• associated accessories.

Please refer to section 1.3 of Appendix 3 specification for definition of associated accessories.

It is anticipated that in the initial term of 24 months of the framework agreement the value of purchases will be in the region of GBP 4 050 000.00 however this is approximate only. The figures for the total estimated value are based on that initial expenditure and include a forecast for growth.

NHS Supply Chain anticipates appointing all applicants who meet the minimum requirements which are set out in these tender documents and whose total score meets or exceeds a hurdle of at least 50 % at tender evaluation stage to the lot.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Supply / Weighting: 9
Quality criterion - Name: Support / Weighting: 19
Quality criterion - Name: Training / Weighting: 15
Quality criterion - Name: Warranty and repairs / Weighting: 17
Cost criterion - Name: Financial / Weighting: 40
II.2.6)Estimated value
Value excluding VAT: 8 326 901.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: yes
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 maximum 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.2.14)Additional information

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 each II.2.4) of this contract notice for further details in respect of appointment to the individual lots across 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.

The successful applicant(s) will be required to report all direct sales via the framework agreement and pay a direct management fee to NHS Supply Chain of 3 % of the order value excluding VAT.

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 will share savings information in order to assist its customers with making informed procurement decisions. The framework agreement will be between NHS Supply Chain acting as an agent of the Supply Chain Coordination Ltd and the applicant, however:

1) NHS Supply Chain;

2) any NHS Trust;

3) any other NHS entity;

4) any government department, agency or other statutory body (for the avoidance of doubt including local authorities); and/or

5) any private sector entity active in the UK healthcare sector will be able to enter into a direct contract with the applicant for any of the goods under the framework.

For the avoidance of doubt, and notwithstanding the estimate indicated at II.2), 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 recognises that there may be a need to review the framework agreement, during its term, to take into account changes in the market and to ensure that the NHS has continued access to the latest products, technologies and suppliers. Accordingly, NHS Supply Chain may take one or more of the following options as part of the process.

Option 1: Review and update the original specification

The Specification (Appendix 3) may be reviewed and amended to reflect new customer requirements and/or to accommodate new technology that was not available in the market at the time of the initial procurement process to set up the framework agreement. This is to ensure that NHS Supply Chain is able to meet its customers’ needs and to offer the latest equipment to the NHS customer, through the entire term of the framework agreement. Please refer to the ITT for more information.

Option 2: Open the framework agreement up to new suppliers (in addition to originally appointed suppliers)

Suppliers who were not awarded to the framework agreement when it was originally procured will also be given the opportunity, to express an interest in supplying their products through the framework agreement. This opportunity will be advertised by means of a prior information notice (PIN) or equivalent form of notice.

Please refer to the ITT for further information.

NHS Supply Chain reserves the right to terminate the procurement process (or part of it), to change the basis of and/or 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.

III.1.2)Economic and financial standing
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.

III.1.3)Technical and professional ability
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)Conditions related to the contract
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
IV.1.6)Information about electronic auction
An electronic auction will be used
Additional information about electronic auction:

Although an electronic auction will not be used to award all or part of the requirements of the framework agreement the use of eAuctions may be an option as part of any contracts awarded under the framework agreement.

IV.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: 2019/S 139-341689
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 22/06/2020
Local time: 15:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 7 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 23/06/2020
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 http://procurement.supplychain.nhs.uk/ISS/

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 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 pag;

— 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.

Header level requirements:

— applicants are required to read all framework header documents which can be accessed using the ‘NHS SC Header 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;

— The ‘Framework Questionnaire’ tab has no requirement for completion in this tender.

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, applicants must select 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.

— Applicants are required to upload the documents at lot level using the ‘Supplier Lot Documents’ button after selecting the lot in the ‘Lot Header’ tab.

— Complete price offers per line by completing the required fields for the lines the applicant wants to 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 questions found in the ‘Lot Evaluation Criteria’ tab.

— Applicants are then required to click on the ‘Terms and Conditions’ button in the ‘Submit Individual Lot Response(s)’ tab to view and accept the ISS Terms and Conditions.

— Accept the ISS ‘Terms and Conditions’ button to access this function.

— Submit response, by clicking on the ‘Submit Response to Selected Lot’ button in the ‘Submit Individual Lot Response(s)’ tab to submit response.

— Applicants are able to view their submission using the ‘Supplier Submission Report’ button, found in the ‘Submit Individual Lot Response(s)’ tab.

VI.4)Procedures for review
VI.4.1)Review body
Official name: Not applicable
Town: Not applicable
Country: United Kingdom
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Appeals to be logged in accordance with the Public Contracts Regulations 2015 (as amended).

VI.5)Date of dispatch of this notice:
20/05/2020