NHS Imaging Radiotherapy Endoscopy Framework
It is the intention for the following equipment and services to be available under the terms of the Framework Agreement: diagnostic imaging equipment flexible and rigid endoscopes and associated equipment radiotherapy devices and supplies contrast injectors and consumables and related services.
United Kingdom-Normanton: Medical equipments
2014/S 193-340468
Contract notice
Supplies
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: Kate Cook
WF6 1TL Normanton
UNITED KINGDOM
Telephone: +44 7920565850
Fax: +44 1244582805
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 authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
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)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 150
Duration of the framework agreement
Duration in years: 6
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 1 538 517 000 and 2 223 084 200 GBP
II.1.5)Short description of the contract or purchase(s)
NHS Supply Chain anticipates awarding the framework agreement to a maximum of approximately 150 Applicants.
It is anticipated that the value of purchases will be in the region of GBP 256 419 500 to GBP 370 514 033 in the first year of this Framework Agreement however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement. Precise values are therefore unknown. The estimated value over the total Framework Agreement term (including any extension options) will be in the region of GBP 1 538 517 000 to GBP 2 223 084 200 over a 6 year term. This is approximate only and the values will be to such level as those purchasing under the Framework Agreement determine.
The Framework Agreement will be between NHS SC and the Supplier. Under the Framework Agreement there will be 2 different methods of supply — one for Non-Direct Contract Products and one for Direct Contract Products. The products will be available for purchase by 1) NHS SC; 2) any NHS Trust; 3) any other NHS entity; 4) any government department government agency or other statutory body; 5) any private sector entity active in the United Kingdom Gibraltar or the Channel Islands; 6) any primary secondary tertiary vocational or higher educational establishment (and those purchasing on their behalf) including for example nursery schools primary schools middle or high schools secondary schools academies free schools pupil referral units (PRUs) further education colleges and universities; and/or (7) any legal entity owned or controlled either wholly or partially by any of the bodies referred to at points 1) to 6). Only NHS SC can purchase Non-Direct Contract Products from the Framework Agreement and enter into contracts for supply of such Non-Direct Contract Products to customers under it. The term of contracts formed under the Framework Agreement may continue beyond the end of the term of the Framework Agreement itself.
II.1.6)Common procurement vocabulary (CPV)
33100000, 33000000, 33110000, 33111000, 33111400, 33111600, 33111610, 33111620, 33111650, 33111660, 33111700, 33111800, 33112000,33112300, 33113000, 33113110, 33115000, 33115100, 33120000, 33123220, 33124000, 33124120, 33124200, 33125000, 33140000, 33151000,33151100, 33151400, 33153000, 33158210, 33168100, 33182400, 33111720, 33111721, 33113100, 33115200, 33169500, 33162000, 33192230,33192340, 31524110, 33111800, 33123000, 33123210, 33123220, 33182400, 33111100, 50312000, 50000000, 50313000, 50324200, 50340000,50400000, 50420000, 50433000, 50510000, 72267000, 38500000, 38500000, 38341200, 33168000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
— Lot 1 CT scanners and associated options and related services GBP 121 800 000 — GBP 156 750 000;
— Lot 2 MRI scanners and associated options and related services GBP 120 000 000 — GBP 150 000 000;
— Lot 3 Nuclear medicine imaging and associated options and related services GBP 60 000 000 — GBP 75 000 000;
— Lot 4 Angiography and associated options and related services GBP 72 000 000 — GBP 109 200 000;
— Lot 5 Fluoroscopy and associated options and related services GBP 12 000 000 — GBP 26 400 000;
— Lot 6 Hybrid operating theatres and associated options and related Services GBP 60 000 000 — GBP 75 000 000;
— Lot 7 Mobile image intensifiers and associated options and related services GBP 42 000 000 — GBP 60 000 000;
— Lot 8 Mobile x-ray systems and associated options and related services GBP 27 000 000 — GBP 33 750 000;
— Lot 9 Static x-ray systems and associated options and related services GBP 72 000 000 — GBP 90 000 000;
— Lot 10 Bone densitometers and associated options and related services GBP 3 780 000 — GBP 5 349 000;
— Lot 11 Ultrasound scanners and associated options and related services GBP 249 093 000 — GBP 343 357 058;
— Lot 12 Mammography imaging systems and associated options and related services GBP 41 580 000 — 65 000 000;
— Lot 13 Specimen cabinets and associated options and related services – GBP 3 600 000 — GBP 4 500 000;
— Lot 14 Bladder scanners and associated options and related services GBP 9 0844 000 — GBP 13 440 000;
— Lot 15 Radiotherapy treatment systems and associated options and related services GBP 210 000 000 — GBP 262 500 000;
— Lot 16 Radiotherapy IT Solutions and associated options and related services GBP 9 000 000 — 23 250 000;
— Lot 17 Radiotherapy ancillary devices including dosimetry patient positioning and quality assurance devices GBP 6 000 000 — GBP 19 500 000;
— Lot 18 Brachytherapy seeds and associated accessories GBP 6 000 000 — GBP 12 000 000;
— Lot 19 Contrast injectors consumables and associated options and related services GBP 33 600 000 — GBP 51 375 500;
— Lot 20 Flexible endoscopes and associated options and related services GBP 227 556 000 — GBP 363 033 000;
— Lot 21 Ear nose and throat endoscopes and associated options and related services GBP 10 584 000 — GBP 16 885 200;
— Lot 22 Lithotripsy and associated options and related services GBP 6 000 000 — GBP 7 500 000;
— Lot 23 Rigid endoscopes and associated options and related services GBP 105 840 000 — GBP 168 852 000;
— Lot 24 Integrated endoscopic theatres and associated options and related services GBP 27 000 000 — GBP 86 250 000;
— Lot 25 Surgical navigation systems accessories and associated options and related services GBP 3 000 000 — GBP 3 750 000.
The titles given to each Lot are not exhaustive and further details of the products included within the scope of each Lot are set out in Annex B Section 5.
The list of products is not intended to be exhaustive and not all products listed in each Lot will be evaluated at tender stage. The Invitation to Tender will provide details of the products that will be evaluated and will detail the Framework Agreement Specification and the supply route on which the financial evaluation of each product will be based’.
Estimated value excluding VAT:
Range: between 1 538 517 000 and 2 223 084 200 GBP
II.2.2)Information about options
Description of these options: ‘This Framework Agreement will have the option to extend for a maximum of 24 (twenty four) months in addition to the initial 4 (four) year term at NHS Supply Chain’s sole discretion’.
II.3)Duration of the contract or time limit for completion
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:
— Use URL http://procurement.supplychain.nhs.uk/ISS/ to access the NHS Supply Chain Procurement portal.
— 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 ‘PQQ’ button to start responding to the PQQ.
Pre-qualification questionnaire (PQQ):
Tasks which Applicants must complete on Intenda system:
— Express an interest in the PQQ. This is done by clicking on ‘express interest’ button found in the ‘Header’ tab.
— Read PQQ header documents. These are the documents provided by NHS Supply Chain that must be read by all Applicants. Access these by clicking on the ‘NHS SC header documents’ button found in the ‘Header’ tab.
— Download Appendix 1 Pre-Qualification Questionnaire and complete the ‘Grounds for Exclusion’ Tab and the ‘Additional Information’ Tab. These questions must be completed irrespective of the Lot to which the Applicant responds to
— Complete Lot specific PQQ questions in Appendix 1 Pre-Qualification Questionnaire. These questions must be completed for each Lot the Applicant responds to
— Download and complete Appendix 2 Undertaking
— Upload response documents. These are the documents the Applicants must provide as instructed by NHS Supply Chain. Access this area using the ‘supplier header documents’.
— Complete the PQQ questions. These questions are found in the ‘capture PQQ responses’ tab. Applicants are required to complete all mandatory questions and save responses by clicking on ‘save’ button found in the ‘capture PQQ responses’ tab.
— Accept the Terms and Conditions. Applicants must click on the ‘terms and conditions’ button to view and accept.
— Submit PQQ Response. Applicants must click on the ‘submit’ button to submit their PQQ response.
— Supplier Submission Report. Applicants can click on ‘supplier summary’ button to review their PQQ responses.
General information:
After the PQQ has closed NHS Supply Chain will assess the responses to determine which Applicants will be invited to submit a tender and for which Lots. NHS Supply Chain cannot at this stage confirm when Applicants will be notified as to whether they have been shortlisted. Applicants should note that they will only be invited to tender for the Lot(s) that they have submitted a response to at PQQ Stage and in relation to which they passed the PQQ Stage. Therefore to be able to submit a tender response for a particular Lot(s) Applicants will need to successfully pass the PQQ Stage for that Lot(s). Further instructions are contained in the Memorandum of Information relating to the PQQ.
Tender response:
The Invitation to Tender will provide Applicants who successfully pass the PQQ Stage with details of the submission instructions and system tasks required to complete the the ITT’.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: ‘NHS Supply Chain anticipates that a minimum of 5 Applicants will be invited to tender for each Lot (provided there are 5 suitable Applicants that pass the selection stage).
Applicants should refer to section 6.3 of the Pre-Qualification Questionnaire for details of the scoring process the grounds for exclusion and the criteria relating to minimum requirements and technical capacity which will be used to assess which Applicants will be invited to tender and should note that more detailed information regarding the opportunity will be available in the Invitation to Tender’.
IV.2.1)Award criteria
IV.3.2)Previous publication(s) concerning the same contract
NHS SC 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; award the Framework Agreement wholly partially or incrementally (for example to award to certain Lots only) 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 SC’s eTendering portal athttp://procurement.supplychain.nhs.uk/ISS/ using the message centre facility linked to this particular contract notice’.
This is a foreshortened version of the full notice. To view full advert notice please visit: http://ted.europa.eu/udl?uri=TED:NOTICE:340468-2014:TEXT:EN:HTML&src=0
VI.4.1)Body responsible for appeal procedures
Refer to point VI.4.2
Body responsible for mediation procedures
Not applicable
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: