Open Closing in a 28 days
Infusion Devices & Associated Consumables
Request tender documents
Save your time. You just request and we will send you the available documents.
Request for bid service
Save your time. You just request and we will arrange tender related all available documents to bid writers for the best possible quote.
Descriptions
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.
Timeline
Published Date :
Deadline :
Contract Start :
Contract End :
Tender Regions
CPV Codes
33100000 - Medical equipments
33194110 - Infusion pumps
Keywords
medical equipment
healthcare devices
medical apparatus
clinical equipment
hospital devices
infusion pumps
volumetric pumps
syringe pumps
PCA pumps
Tender Lot Details
2 Tender Lots
Workflows
Status :
Procedure :
Suitable for SME :
Nationwide :
Assign to :
Tender Progress :
Details
Notice Type :
Tender Identifier :
Tenderbase ID :
Low Value :
High Value :
Buyer Information
Procurement contact
Name :
Phone :
Email :
Possible Competitors
1 Possible Competitors