Enteral Nutrition Products and Services Procurement The Leeds Health Economy

Award

Value

£0

Suppliers

Classifications

  • Enteral feeds
  • Home medical treatment services
  • Nutritional pumps
  • Medical equipments, pharmaceuticals and personal care products
  • Special nutritional products
  • Medical equipments

Tags

  • award
  • contract

Published

4 years ago

Description

The Authority is seeking offers for (adults and children) and the CCG as an integrated service across the Leeds Health Economy for the provision of enteral feeding pumps, feeds and consumables to hospital sites as specified and the provision of a Home Delivery Service for Community patients within the boundaries of the Leeds Health Economy.This requirement is based on an "off-FP10" proposal.The requirement for the Leeds Health Economy is being competitively tendered in order to provide a responsive, effective solution to the requirements of the Contracting Authority, patients and other stakeholders.

Similar Contracts

Open

SU72(26) Re-tender for a Portable Ultrasound Machine with Specialised Phased Array Cardiac, Linear and Non-imaging Probes

This re-tender procurement process is to source a suitable supplier of high-end portable Ultrasound Machine with specialised phased array cardiac, linear and non-imaging probes. The original Specification from tender SU05(26) which was advertised but not awarded in September/October 2025, has been overhauled to better address the challenges of its practical use in the intended physical environments, as well as its extended scope of data analysis, to better meet the needs of the research. The role of this equipment is to satisfy the high-quality clinical research imaging to be acquired in remote locations with underserved populations. Dr Drane has laid foundations to explore how rapid urbanisation contributes to rising rates of cardiometabolic disease worldwide and in order to understand the earliest mechanisms of pathophysiology and disease, the scope of the research needs to include people whose lifestyles remain largely unaffected by urbanisation. Since the remote locations of such communities often exclude them from institutional research, a fully portable, high-end ultrasound machine is needed to enable inclusive, community-based research. The successful supplier must be able to deliver their equipment to the Health and Wellbeing Academy, Glyndwr building on the University’s Singleton Park Campus (map and full address provided within tender documents). External funding has been granted from the Higher Education Research Council (HERC) for a fixed maximum budget of GBP 44,900 excluding VAT (this equipment is VAT exempt due to its medical research usage) which includes all delivery and service contract costs. The HERC funding stipulates a delivery deadline of 31st March 2026, so we would like to achieve delivery with appropriate training and SOPs provided to all users, as soon as is practically possible. This tender is being conducted electronically via etenderwales BravoSolution (project 32109, itt 121866), therefore only tenders submitted via that portal by the tender deadline, can be considered.

Katy Reed

Published 1 day ago
Open

Infusion Devices & Associated Consumables

The BSOL Procurement Collaborative, hosted by University Hospitals Birmingham NHS Foundation Trust is seeking to award a contract under the 'Competitive Flexible Procedure' for the Supply of Infusion Devices & Associated Consumables on behalf of Birmingham Women’s and Children’s NHS Foundation Trust whose principle address is located at Steelhouse Lane Birmingham West Midlands B4 6NH This Procurement shall be awarded for a 5 Year Period with an option to extend for a further 2 x 12 month periods. The Tender shall be awarded as two lots as follows: Lot 1 : Supply of Syringe Drivers & Associated Consumables Lot 2: Supply of Volumetric Pumps & Associated Consumables Both Lots shall include the requirement for: Initial & Ongoing Clinical Training for approx 1,700 Nurses Technical Training for Medical Engineering Staff (Approx 8 - 10) Warranty Cover Availability of Spare Parts Provision of Clinical and Technical Support for the duration of the contract. This Procurement shall included a phased replacement programme as follows in addition to any additional minor purchases for Ward / Departmental expansion: Phase 1 - To be Delivered and Invoiced by 31st March 2026 Qty x 483 Syringe Drivers Qty x 64 Docking Stations Phase 2 - To be Delivered and Invoiced* by 31st March 2027 Qty x 100 Volumetric Pumps Qty x 214 Syringe Drivers Qty x 100 Docking Stations Phase 3 - To be Delivered and Invoiced* by 31st March 2028 Qty x 376 Volumetric Pumps The Authority shall consider all Finance Options where suitable and where applicable including Outright Purchase, Lease and/or Purchase Set Plan. * If an option is selected for a phase other than outright purchase, then invoicing shall not be completed until the end of the contract and any extension period (Please refer to the ITT Docs for further information regarding the different Finance Options.) The Authority reserves the right to select any of the above Finance options subject to affordability and value for money. The Procurement shall be conducted in three stages. None of the following stages (below) shall involve further negotiation above and beyond the requirements of competitive tendering as described in the Invitation To Tender (ITT) Documents. Stage One: Essential Assessment Bidders are required to respond to the questions that form part of the Procurement Specific Questionnaire (PSQ) built into ATAMIS (Online). Bidders are required to confirm that they can meet the 'Essential elements' of the Specification within Questionnaire 1: Technical Bidders who PASS the PSQ Questions and comply with the 'Essential elements' of the Specification shall proceed to Stage Two. Stage Two: Technical/ Quality Assessment This stage shall comprise of an assessment of the desirable elements of the Specification and responses to a series of questions that form part of the Technical / Quality evaluation of the Tender(s). Only the 'Top Three' Scoring Bidders for each lot, for those questions /requirements within this stage shall be short-listed to Stage Three. Where a Bidder places fourth in either lot, if their score is within 3% of the next highest score, the Authority shall include them in the short-list and therefore, four suppliers may short-listed in either/or both lots. Stage Three: Final Stage This final stage shall comprise of 'Show & Tell' product type demonstrations and Presentations in person by the Top 3 Scoring Bidders in each lot. (or Top 4 if within a close margin as described above). This stage also includes an assessment of a minimum of two Reference Sites per Lot to ascertain feedback from existing customers about the quality, reliability and level of service in relation to supply of these devices and associated consumables. Stage Three shall also include a financial assessment of 'Price' (Whole life costs over the duration of the contract per Lot). Tender submissions will then be reviewed using a £ per assessment benefit method as described in the ITT Documents. The Authority may then award a contract to the Bidder who in its sole opinion Tenders the most economically advantageous bid (the lowest £ per assessed benefit) following the completion of the evaluation process.

Katy Reed

Published 4 days ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline cancelled

Publish
Bid
Evaluate
Award
Complete