Contract notice
Directive 2014/24/EU - Public Sector Directive
Directive 2014/24/EU
Section I: Contracting Change
entity
I.1) Name and addresses
I.2) 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:
Tenders or requests to participate must be sent electronically to:
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
Wound Drainage and Autologous Blood Systems
II.1.2) Main CPV code
33140000
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 NHS Supply Chain depots via the Stock/Blue Diamond routes and to the NHS Supply Chain customer base via the E-Direct Route.
The Framework Agreement is for the supply of wound drainage, post-operative and intra-operative autologous blood system products and consumables.
The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a total period of 48 months.
It is anticipated that in the first 24 months of the Framework Agreement the value of purchases will be circa 16 000 000 GBP. For the full 48 month term (if extended) the anticipated value is circa 32 000 000 GBP. These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth. The values provided are for guidance only and are not a guarantee of business.
II.1.5) Estimated total value
Value excluding VAT: 32 000 000.00 GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 4 lots
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1: Wound Drainage Products
II.2.2) Additional CPV code(s)
33140000
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
Wound drainage products are used in a medical environment to drain excess fluid from a wound to prevent infection and speed up the healing process. These are used post-surgery or after medical procedures and will aid in the healing process.
This lot includes, but is not limited to, wound drainage products such as low vacuum wound drainage systems, high vacuum wound drainage systems, passive/gravity wound drainage systems, silicon drains and wound drainage system accessories.
It is anticipated that in the first 24 months of the Framework Agreement the value of purchases for this Lot will be circa 5 200 000 GBP. For the full 48 month term (if extended) the anticipated value is circa 10 400 000 GBP.
II.2.5) Award criteria
Criteria below:
Quality criterion: Sales, service and quality
/ Weighting: 28
Quality criterion: Training and education value add programs
/ Weighting: 3
Quality criterion: Conversion assistance
/ Weighting: 8
Quality criterion: Supply chain
/ Weighting: 11
Cost criterion: Financial evaluation
/ Weighting: 50
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.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
The Framework Agreement will have an initial term of 24 months with an 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
Lot No: 2
II.2.1) Title
Lot 2: Post-operative Autologous Blood System Products
II.2.2) Additional CPV code(s)
33140000
33141600
33194000
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
Post-operative autologous blood systems are used for the collection of blood from a single patient to be stored and then re-transfused at a later date. Typically the products are used procedures in advance of surgery which has high blood loss associated like joint replacements or spinal surgery.
This lot includes, but is not limited to, post-operative autologous blood system products such as post-operative auto transfusion kits and associated consumables, bottles, blood salvage systems and associated consumables/accessories.
It is anticipated that in the first 24 months of the Framework Agreement the value of purchases for this lot will be circa 1 800 000 GBP. For the full 48 month term (if extended) the anticipated value is circa 3 600 000 GBP.
II.2.5) Award criteria
Criteria below:
Quality criterion: Sales, service and quality
/ Weighting: 28
Quality criterion: Training and education value add programs
/ Weighting: 3
Quality criterion: Conversion assistance
/ Weighting: 8
Quality criterion: Supply chain
/ Weighting: 11
Cost criterion: Financial evaluation
/ Weighting: 50
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.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
The Framework Agreement will have an initial term of 24 months with an 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
Lot No: 3
II.2.1) Title
Lot 3: Intra-operative Autologous Blood System Products
II.2.2) Additional CPV code(s)
33140000
33194000
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
Intra-operative autologous blood systems are used to clean blood and recover red blood cells during surgery. Once the blood has been washed to remove unwanted blood components, the red blood cells are then reinfused.
This lot includes, but is not limited, intra-operative autologous blood system products such as bowls, processing sets, reinfusion bags, reservoirs, sequestration sets, suction lines, suction tubing, waste bags consumables and intra-operative autologous cell salvage blood machines
It is anticipated that in the first 24 months of the Framework Agreement the value of purchases for this lot will be circa 1 000 000 GBP. For the full 48 month term (if extended) the anticipated value is circa 2 000 000 GBP.
II.2.5) Award criteria
Criteria below:
Quality criterion: Sales, service and quality
/ Weighting: 31
Quality criterion: Training and education value add programs
/ Weighting: 3
Quality criterion: Conversion assistance
/ Weighting: 6
Quality criterion: Supply chain
/ Weighting: 10
Cost criterion: Financial evaluation
/ Weighting: 50
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.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
The Framework Agreement will have an initial term of 24 months with an 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
Lot No: 4
II.2.1) Title
Lot 4: Set Purchase Plans for Intra-operative Autologous Blood System Products
II.2.2) Additional CPV code(s)
33140000
33194000
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
Intra-operative autologous blood systems are used to clean blood and recover red blood cells during surgery. Once the blood has been washed to remove unwanted blood components, the red blood cells are then reinfused.
This lot is for set purchase plans of the intra-operative autologous blood system capital systems with capital costs tied into the set usage of intra-operative autologous blood system capital equipment and associated consumables.
The range of products that can be supplied under this lot are restricted to the following:
— Autotransfusion System for Intra-Operative Autologous Blood Transfusion (Capital Equipment) Set Purchase Plan with capital cost recovered via Associated consumables,
— waste bags,
— fluid collection bags,
— autotransfusion collection reservoir,
— bowl set 71 ml — 125 ml,
— aspiration and anti-coagulation line set,
— filtered vacuum line.
It is anticipated that in the first 24 months of the Framework Agreement the value of purchases for this Lot will be circa 8 000 000 GBP. For the full 48 month term (if extended) the anticipated value is circa 16 000 000 GBP.
II.2.5) Award criteria
Criteria below:
Quality criterion: Sales, service and quality
/ Weighting: 40
Quality criterion: Training and education value-add programs
/ Weighting: 14
Quality criterion: Conversion assistance
/ Weighting: 4
Quality criterion: Supply chain
/ Weighting: 7
Cost criterion: Financial evaluation
/ Weighting: 65
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.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
The Framework Agreement will have an initial term of 24 months with an 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 1, more than 1 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.1.5), 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 http://procurement.supplychain.nhs.uk/ISS/ 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.
III.1.2) Economic and financial standing
Minimum level(s) of standards 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 required:
The Contracting Authority reserves the right to require groupings of entities to take a particular form, or to require 1 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 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 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 044-099825
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
03/06/2019
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 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:
04/06/2019
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 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.
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,
— applicants are required to complete all mandatory questions, which can be accessed using the “Framework Questionnaire” 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 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 lot specific 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 Lot response, by clicking on the “Submit Response to Selected Lot” button in the “Submit Individual 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
Not applicable
Not applicable
UK
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
16/05/2019