Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
NHS Supply Chain
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
UK
E-bost: sam.ender2@supplychain.nhs.uk
NUTS: UKI4
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.gov.uk/government/organisations/department-of-health
Cyfeiriad proffil y prynwr: https://www.gov.uk/government/organisations/department-of-health/about/procurement
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://nhssupplychain.app.jaggaer.com//
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://nhssupplychain.app.jaggaer.com/
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.4) Y math o awdurdod contractio
Asiantaeth/swyddfa genedlaethol neu ffederal
I.5) Prif weithgaredd
Iechyd
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Digital Diagnostic Solutions
II.1.2) Prif god CPV
48180000
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
Digital Diagnostic Solutions is to be the new Framework for the Medical IT Departmental Software and Hardware Solutions framework within NHS Supply Chain.
Digital systems are the backbone of any hospital with every department requiring a way to store, manage and share their data across sites, regions and even whole nations.
This framework will offer customers access to a number of suppliers across different clinical areas that sit within the Diagnostics, Equipment and Services area of NHS Supply Chain.
This Framework Agreement will offer managed and non-managed service contracts as well as software only.
Customers will have the ability to specify and create a fully bespoke Digital Diagnostic Solution for different requirements that can range from a single site or department to a solution across multiple departments or Trusts. Precise quantities are unknown. The estimated value over the total Framework Agreement term (including any extension options) is £700,000,000 including growth.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
48180000
II.2.3) Man cyflawni
Cod NUTS:
UKI4
Prif safle neu fan cyflawni:
Various Locations in the UK
II.2.4) Disgrifiad o’r caffaeliad
This procurement is to provide a route to market for departmental wide diagnostic IT solutions. This framework will sit alongside other capital equipment NHS Supply Chain frameworks such as but not limited to X-ray, MRI, CT.
The framework will cover the following areas.
Radiology PACS and Associated Hardware, Cardiology PACS and Associated Hardware, Radiology Information Systems (RIS) and Associated Hardware, Cardiovascular Information Systems (CVIS) and Associated Hardware, Laboratory Information Management Systems (LIMS) and Associated Hardware, Order Communication Systems and Associated Hardware, Vendor Neutral Imaging Archive (VNA) and Associated Hardware
Diagnostic Imaging Software and Associated Hardware – for example, Advanced 3D visualisation Software, Dose Monitoring, CAD Software
Diagnostic Ultrasound software and Associated Hardware – for example, Ultrasound Image Management.
Endoscopy Management and Reporting Solutions and Associated Hardware – for example, Endoscopy Departmental Information Systems and Endoscopy Image Management
Departmental Software Solutions and Associated Hardware – for example, Theatres Department Information System, Business Analytics, ICU Department Information System, Maternity Information systems, Interoperability sharing solutions.
Diagnostic AI and Associated Hardware
Multi-Disciplinary Team Software.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Technical
/ Pwysoliad: 50
Maes prawf ansawdd: Social Value
/ Pwysoliad: 10
Price
/ Pwysoliad:
40
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 24
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
This framework agreement will have the option to extend up to a total period of 48 months.
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
Precise quantities are unknown. It is anticipated that initial expenditure will be
in the region of £175,000,000.00 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.
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
Applicants should refer to II.6 of this Contract Notice for further details in respect of appointment to the Framework Agreement.
Applicants may bid for one or more product lines in the Commercial Envelope and 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 the Supplier.
NHS Supply Chain will be entitled to purchase the supplies and/or services identified below as Non-Direct Contract Products which it 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 and/or 4) any private sector entity active in the UK healthcare sector.
For the supplies and/or services identified as Direct Contract Products below 1) NHS Supply Chain; 2) any NHS Trust; 3) any other NHS entity; 4) any government department, agency or other statutory body and/or 5) any private sector entity active in the UK healthcare sector will be able to enter into a direct contract with the Supplier for any of the supplies and/or services under the Framework.
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
III.1.2) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Parent company or other guarantees may be required in certain circumstances. Further details will be in the tender documents.
Lefel(au) gofynnol y safonau sydd eu hangen:
The Contracting Authority reserves the right to require groupings of entities to take a particular form, or to require one party to undertake primary legal liability or to require that each party undertakes joint ands Several liability.
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
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: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
The procurement involves the establishment of a framework agreement with several operators.
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2024/S 000-028849
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
28/02/2025
Amser lleol: 15:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 8 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
03/03/2025
Amser lleol: 09:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.3) Gwybodaeth ychwanegol
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_1592 - Digital Diagnostic Solutions
— 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.
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
NHS Supply Chain
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
Appeals to be logged in accordance with the Public Contracts Regulations 2015 (as amended)
VI.5) Dyddiad anfon yr hysbysiad hwn
29/01/2025