Insulin Pumps, Continuous Glucose Monitors, Closed Loop Insulin Delivery Systems and Associated Products

Award

Value

£40,000,000

Classifications

  • Devices and instruments for transfusion and infusion
  • Infusion pumps
  • Infusion supplies
  • Industry specific software package

Tags

  • award
  • contract

Published

1 year ago

Description

In January 2022 NHS Supply Chain  launched a non-exclusive Framework Agreement for supply to NHS Supply Chain customer base of Insulin Pumps Continuous Glucose Monitoring Closed Loop Insulin Delivery Systems and Associated Products. 
The Framework Agreement provides one ordering platform for all technologies, the objective to award broadly across the Framework Agreement to ensure continuity of supply for all key product areas and to also allow optimisation opportunities to be identified. 
In accordance with Section 3 of the ITT that was published in June 2021, NHS Supply Chain took the decision to open the Framework Agreement to new Applicants in 2022 to ensure the Framework Agreement continued to offer the broadest possible range of products to the NHS, as well as ensuring any new technologies and innovations in this product area are made available via the Framework Agreement. 
NHS Supply Chain has taken the decision to open the Framework Agreement to new Applicants again, to ensure the Framework Agreement continues to offer the broadest possible range of products to the NHS, as well as ensuring any new technologies and innovations in this product area are made available via the Framework Agreement. 
Applicants successfully awarded to the Framework Agreement during this Agile Tender are awarded with the incumbent suppliers who were awarded to the Framework Agreement following the previous tendering exercise (Contract Award Notice reference: 2022/S 000-000260 and suppliers awarded following the Agile Tendering exercise (Contract Award Notice reference 2022/S 000-035953). Notices can be viewed at:  https://www.gov.uk/find-tender). 
This agreement is for the supply of Insulin Pumps, Continuous Glucose Monitoring (CGM) devices, Applications or software to enable the function of Closed Loop Insulin Delivery Systems and also for the dedicated consumables and accessories for the products listed above.
The Framework Agreement was launched in January 2022 with an initial term of 24 months with an option to extend incrementally for up to a total period of 48 months.
Applicants awarded to the Framework Agreement during this Agile Tender will therefore be awarded for the remaining period of 24 months.

Similar Contracts

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 complete

Publish
Bid
Evaluate
Award
Complete