Tender Details
Title

Complete Ophthalmology Solutions 3 The purpose of this framework is to offer the NHS an all-encompassing Ophthalmology solution with all products available under one framework agreement to enable the NHS to get the most economical and advantageous route to market with an avenue to realise maximum potential on savings. It is ...

Country
Language
English
Organization
Published Date
16.10.2024
Deadline Date
18.11.2024
Overview
Complete Ophthalmology Solutions 3 The purpose of this framework is to offer the NHS an all-encompassing Ophthalmology solution with all products available under one framework agreement to enable the NHS to get the most economical and advantageous route to market with an avenue to realise maximum potential on savings. It is ... NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL) Complete Ophthalmology Solutions 3 - Opportunity Complete Ophthalmology Solutions 3 NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL) F02: Contract notice Notice reference: 2024/S 000-033370 Published 16 October 2024, 1:49pm Watch this notice Contents Open all one. Contracting authorityI. Contracting authorityPress escape key to exit two. Object II. Object three. Legal, economic, financial and technical informationIII. Legal, economic, financial and technical information four. ProcedureIV. Procedure six. Complementary informationVI. Complementary information Download PDF version Share this notice Twitter LinkedIn Email Copy link Print this notice Report concerns about this procurement Section one: Contracting authoritySection I: Contracting authority one.1) Name and addressesI.1) Name and addresses NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL) Wellington House, 133-155 Waterloo Road London SE1 8UG Contact Kayla Richardson Email Kayla.Richardson@supplychain.nhs.uk Country United Kingdom NUTS code UKI4 - Inner London – East Internet address(es) Main address https://www.gov.uk/government/organisations/department-of-health Buyer's address https://www.gov.uk/government/organisations/department-of-health/about/procurement one.2) Information about joint procurementI.2) Information about joint procurement The contract is awarded by a central purchasing body one.3) CommunicationI.3) Communication The procurement documents are available for unrestricted and full direct access, free of charge, at https://nhssupplychain.app.jaggaer.com// Additional information can be obtained from another address: NHS Supply Chain Foxbridge Way Normanton Contact Kayla Richardson Email Kayla.Richardson@supplychain.nhs.uk Country United Kingdom NUTS code UKE - Yorkshire and the Humber Internet address(es) Main address https://www.gov.uk/government/organisations/department-of-health Buyer's address https://www.gov.uk/government/organisations/department-of-health/about/procurement Tenders or requests to participate must be submitted electronically via https://nhssupplychain.app.jaggaer.com// Tenders or requests to participate must be submitted to the above-mentioned address 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 https://nhssupplychain.app.jaggaer.com// one.4) Type of the contracting authorityI.4) Type of the contracting authority National or federal Agency/Office one.5) Main activityI.5) Main activity Health Section two: ObjectSection II: Object two.1) Scope of the procurementII.1) Scope of the procurement two.1.1) TitleII.1.1) Title Complete Ophthalmology Solutions 3 two.1.2) Main CPV codeII.1.2) Main CPV code 33662100 - Ophthalmologicals two.1.3) Type of contractII.1.3) Type of contract Supplies two.1.4) Short descriptionII.1.4) Short description The purpose of this framework is to offer the NHS an all-encompassing Ophthalmology solution with all products available under one framework agreement to enable the NHS to get the most economical and advantageous route to market with an avenue to realise maximum potential on savings. It is anticipated that initial expenditure for this Framework will be circa £90,000,00 GBP in the first year of this Framework Agreement. If the Framework Agreement is extended to the maximum duration, the anticipated expenditure will be circa £360,000,000 GBP. These are approximates only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement. This 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. two.1.5) Estimated total valueII.1.5) Estimated total value Value excluding VAT: £360,000,000 two.1.6) Information about lotsII.1.6) Information about lots This contract is divided into lots: No two.2) DescriptionII.2) Description two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 33115000 - Tomography devices 33122000 - Ophthalmology equipment 33140000 - Medical consumables 33141000 - Disposable non-chemical medical consumables and haematological consumables 33169000 - Surgical instruments 33731110 - Intraocular lenses 38000000 - Laboratory, optical and precision equipments (excl. glasses) 38634000 - Optical microscopes 38636000 - Specialist optical instruments 50344000 - Repair and maintenance services of optical equipment two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UK - United Kingdom Main site or place of performance Various Locations in the UK two.2.4) Description of the procurementII.2.4) Description of the procurement This Lot consists of the following Sub-Lots: 1.1 Ophthalmic Capital and Surgical Equipment 1.2 Machine Specific Consumables 1.3 Intraocular Lenses 1.4 Ophthalmic Procedure Packs 1.5 Ophthalmic Instruments 1.6 Liquids, Gases, Solutions, Gels and Ophthalmic Viscoelastic Device 1.7 Ocular / Ocularplasty 1.8 Glaucoma Equipment, Stents and Plates 1.9 Graft Materials 1.10 Medical Necessary Contact Lenses 1.11 Low Visual Aids 1.12 Services and Software two.2.5) Award criteriaII.2.5) Award criteria Quality criterion - Name: Supply Chain Assessment / Weighting: 25 Quality criterion - Name: Training and Education Value Add Programmes / Weighting: 15 Quality criterion - Name: Contract Management / Weighting: 25 Quality criterion - Name: Sales, Service and Quality / Weighting: 15 Quality criterion - Name: Social Value Fighting Climate Change / Weighting: 10 Quality criterion - Name: Social Value Equal Opportunity / Weighting: 10 Price - Weighting: 0 two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £360,000,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months 24 This contract is subject to renewal No two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: Yes Description of options This Framework Agreement will have the option to extend incrementally for 24 months. two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No Section three. Legal, economic, financial and technical informationSection III. Legal, economic, financial and technical information three.1) Conditions for participationIII.1) Conditions for participation three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersIII.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 one, more than one 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. The Framework Agreement will be between NHS Supply Chain and individual suppliers. Under it there will be two different methods of supply - one for Non-Direct Contract Goods and one for Direct Contract Goods. NHS Supply Chain will be entitled to purchase the Goods identified as Non-Direct Contract Goods which we will then 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. We will be entitled to enter into call-off contracts for Non-Direct Contract Goods, and also facilitate Participating Authorities in the award of a call-off contract, which include orders for Non-Direct Contract Goods. For the Goods and ancillary services identified as Direct Contract Goods, meaning 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 directly order under the Framework Agreement and will be able to enter into a direct contract with you for any of the Goods under the Framework. Direct contracts placed under the Framework Agreement by parties other than us are between the party and you, we are not a party to those contracts. For Direct Contract Products the Supplier will be required to report to and pay a direct contract management fee to NHS Supply Chain as detailed in the tender documents. 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.2.1, 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 https://nhssupplychain.app.jaggaer.com// 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. three.1.2) Economic and financial standingIII.1.2) Economic and financial standing Selection criteria as stated in the procurement documents three.1.3) Technical and professional abilityIII.1.3) Technical and professional ability Selection criteria as stated in the procurement documents three.2) Conditions related to the contractIII.2) Conditions related to the contract three.2.2) Contract performance conditionsIII.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 four. ProcedureSection IV. Procedure four.1) DescriptionIV.1) Description four.1.1) Type of procedureIV.1.1) Type of procedure Open procedure four.1.3) Information about a framework agreement or a dynamic purchasing systemIV.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 four.1.8) Information about the Government Procurement Agreement (GPA)IV.1.8) Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes four.2) Administrative informationIV.2) Administrative information four.2.1) Previous publication concerning this procedureIV.2.1) Previous publication concerning this procedure Notice number: 2024/S 000-008198 four.2.2) Time limit for receipt of tenders or requests to participateIV.2.2) Time limit for receipt of tenders or requests to participate Date 18 November 2024 Local time 3:00pm four.2.4) Languages in which tenders or requests to participate may be submittedIV.2.4) Languages in which tenders or requests to participate may be submitted English four.2.6) Minimum time frame during which the tenderer must maintain the tenderIV.2.6) Minimum time frame during which the tenderer must maintain the tender Duration in months: 9 (from the date stated for receipt of tender) four.2.7) Conditions for opening of tendersIV.2.7) Conditions for opening of tenders Date 19 November 2024 Local time 9:00am Section six. Complementary informationSection VI. Complementary information six.1) Information about recurrenceVI.1) Information about recurrence This is a recurrent procurement: Yes six.2) Information about electronic workflowsVI.2) Information about electronic workflows Electronic ordering will be used Electronic invoicing will be accepted Electronic payment will be used six.3) Additional informationVI.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 https://nhssupplychain.app.jaggaer.com// 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 https://nhssupplychain.app.jaggaer.com// 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 https://nhssupplychain.app.jaggaer.com// . — Click on ITTs Open to All Suppliers. — Select from the following ITTs: ITT_1504 Complete Ophthalmology Solutions 3 — Click on Express Interest. — If you intend to respond select Intend to Respond. Applicants are encouraged to download the supplier handbook located within the eProcurement portal by following the 'Supplier Helpcentre' link within the Useful Links section of the Dashboard. For any technical help with the portal please contact: Tel: 0800 069 8630 or email: help_uk@jaggaer.com Please refer to Section III.1.1 for additional information. six.4) Procedures for reviewVI.4) Procedures for review six.4.1) Review bodyVI.4.1) Review body Not Applicable Not Applicable Country United Kingdom six.4.3) Review procedureVI.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) Back to top 1729509026 Support links About us Contact us Accessibility statement Terms and conditions Privacy notice Cookies Data and API All content is available under the Open Government Licence v3.0 except where otherwise stated. Notices are based on TED XML schema. © European Union, https://ted.europa.eu, 1998–2020 © Crown copyright Review services If you have any concerns about procurement practices, including late payment, you can contact a review service. The role of the services is to: provide a clear, structured and direct route for suppliers to raise concerns about public procurement practice offer feedback to enquirers on their concerns Find out more: England - Public Procurement Review Service Northern Ireland - CPD Supplier Charter Scotland - Single Point of Enquiry Wales - Supplier Feedback Service Close Saved to watched notices list This notice has been added to your watched notices list. Close Sign in to watch this notice To watch this notice, sign in to your account or register. You will need to find this notice again after signing in to watch it. Watching a notice means: It will be in your list of watched notices, so you can easily find it again You can choose to receive emails when it is updated or before it closes Close Confirm YesNo Session timeout Your session will time out soon You will be signed out of your account if you do not respond in 5 minutes. We do this to keep your information secure. 5 minutes remaining until you will be signed out. Continue session Sign out warning you will not be able to undo this action Complete Ophthalmology Solutions 3NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)  The purpose of this framework is to offer the NHS an all-encompassing Ophthalmology solution with all products available under one framework agreement to enable the NHS to get the most economical and advantageous route to market with an avenue to realise maximum potential on savings. It is ...  Notice typeF02: Contract noticeClosing18 November 2024, 3:00pmContract locationUK - United KingdomTotal value £360,000,000 Publication date16 October 2024, 1:49pm
NAICS
Business All Other Professional Jewelry Other Direct Insurance (except Life Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Regulation Regulation and Administration of Communications Religious Financial Transactions Processing Justice Other Professional Aluminum Sheet Cookie Turned Product and Screw Other Justice Machinery Regulation Trust Medical Direct Insurance (except Life Regulation and Administration of Communications Direct Life Jewelry Courts Trusts Courts Financial Transactions Processing Photographic Film Other Similar Organizations (except Business All Other Professional General Freight Trucking Management Other Justice Trusts Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Electroplating Agencies Professional Process Logging Medical Funds
CPVS
Tools Plates Glass Gases Medical consumables Optical microscopes Laboratory, optical and precision equipments (excl. glasses) Construction work for pipelines, communication and power lines, for highways, roads, airfields and ra... System, storage and content management software package Ophthalmologicals Intraocular lenses Mains Surgical instruments Nuts Sections Construction, foundation and surface works for highways, roads Ophthalmology equipment Lavatory seats, covers, bowls and cisterns Publications Tomography devices Specialist optical instruments Contact lenses Frames Sales, marketing and business intelligence software package Training, workout or aerobic services Sales, marketing and business intelligence software development services Supports Foundation work for highways, roads, streets and footpaths Construction work for highways, roads System, storage and content management software development services Forms Parts of chain Chain Watches Vats Laboratory, hygienic or pharmaceutical glassware Logs Other services Keys Radio, television, communication, telecommunication and related equipment Electronic, electromechanical and electrotechnical supplies Tool parts Plates, sheets, strip and foil related to construction materials Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Logs Plate House Chains Nuts Software Awards Watches Machine made parts Equipment cases Single room Case making services Stents Combination antiglaucoma, ophthalmic, and eye-related agents and preparations Financial Instruments, Products, Contracts and Agreements Clinical laboratory and toxicology testing systems, components, and supplies Training, Technical: Crew Resource Management, Emergency Procedures, Dangerous Goods Clinical laboratory and toxicology testing systems, components, and supplies
Regions
Europe Northern Europe
Sectors
Healthcare and Medicine Building Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Solar Photovoltaic PV Energy Bridges and Tunnels Postal and Courier Services Roads and Highways-Bridge Oil and Gas Infrastructure Water and Sanitation Law and Legal Environmental Work Printing and Publishing Services Railways-Rail-Railroad Plastic and Rubber Education and Training Defence and Security Electricity Construction Consultancy Energy-Power and Electrical Computer Hardwares and Consumables Steel Laboratory Equipment and Services Aviation Petroleum Products Electronics Building Material Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert