Notice Information
Notice Title
CPAP, BiPAP, NIV, Sleep Therapy Devices and Associated Products
Notice Description
CPAP, BiPAP, NIV, Sleep Therapy Devices and Associated Products
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-029c5f
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/005358-2021
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
33 - Medical equipments, pharmaceuticals and personal care products
-
- CPV Codes
33157400 - Medical breathing devices
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 16 Mar 20214 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Not Specified
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- HEALTHTRUST EUROPE LLP (HTE) ACTING AS AGENT FOR THE UNIVERSITY HOSPITALS OF COVENTRY AND WARWICKSHIRE NHS TRUST (“UHCW”)
- Contact Name
- Not specified
- Contact Email
- claude.lewis@healthtrusteurope.com
- Contact Phone
- +44 08458875000
Buyer Location
- Locality
- EDGBASTON, BIRMINGHAM
- Postcode
- B15 1NU
- Post Town
- Birmingham
- Country
- England
-
- Major Region (ITL 1)
- TLG West Midlands (England)
- Basic Region (ITL 2)
- TLG3 West Midlands
- Small Region (ITL 3)
- TLG31 Birmingham
- Delivery Location
- Not specified
-
- Local Authority
- Birmingham
- Electoral Ward
- Edgbaston
- Westminster Constituency
- Birmingham Edgbaston
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-029c5f-2021-03-16T22:56:03Z",
"date": "2021-03-16T22:56:03Z",
"ocid": "ocds-h6vhtk-029c5f",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-029c5f",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "CPAP, BiPAP, NIV, Sleep Therapy Devices and Associated Products",
"classification": {
"scheme": "CPV",
"id": "33157400",
"description": "Medical breathing devices"
},
"mainProcurementCategory": "goods",
"description": "CPAP, BiPAP, NIV, Sleep Therapy Devices and Associated Products",
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"text": "Envisaged maximum number if participants to the framework agreement = 6"
},
"newValue": {
"text": "Envisaged maximum number if participants to the framework agreement = 11"
},
"where": {
"section": "IV.1.3",
"label": "Envisaged maximum number of participants to the framework agreement"
}
}
],
"description": "(i) We propose to conclude a framework agreement (FA) with a number of providers all of whom responded to the call for competition set out in the Contract Notice -2020/S 153 - 375968 and whose tenders were compliant. Those bidders are identified in Section V. (ii) The range of services/supplies that are in scope remains unchanged. The number and contents of the Lots remains unchanged. The advertised award procedure was followed and the award criteria remain unchanged. The only change is set out in clause (iii) below. (iii) This notice is to inform the market that we intend to increase the number of economic operators to be appointed to Lots 1, 2, 3, and 4 of the FA. This will mean that for Lot 1 the number of appointees will be 11 rather than 6; for Lot 2 the number of appointees will be 7 rather than 6; for Lot 3 the number of appointees will be 7 rather than 6; and for Lot 4 the number of appointees will be 12 rather than 6. The name and contact details (postal address) of each supplier to be appointed per lot can be found in Section V. (iv) The need for this modification has been brought about as a result of a marked increase in demand and significant pressures being faced by suppliers and their supply chains as a consequence of the Covid 19 pandemic. These are circumstances which the contracting authority, acting diligently, could not have foreseen. The modification will increase the number of suppliers to whom customers can gain access, thereby increasing competition and reducing the risk that demand for these products cannot be met under the framework. (v) We consider that the change is permitted under Part 2 of the Public Contracts Regulations 2015 (as amended) and Directive 2014/24/EC without the need for a new procurement. (vi) We have considered whether a new call for competition should be published. The modification does not alter the overall nature of the framework agreement. The estimated total value of the FA remains unchanged from that advertised. We therefore consider that the authority is entitled to rely on regulation 72 (1) (c) of the PCR 2015. (vii) We also consider that the change is not \"substantial\" within the meaning of regulation 72 (8) of the PCR 2015 (as amended) and Directive 2014/24, in particular, that it does not alter the scope of the FA; does not make it materially different in character and would not have attracted additional participants because of the nature of the market and the very high number of operators who expressed an interest and submitted tenders. (viii) We will not conclude the FA for a period of 10 days beginning with the date after this notice is published in OJEU. The following changes are what will take place, in light of the above: Lot 1: The previous envisaged maximum number of participants to the framework agreement = 6 The new envisaged maximum number of participants to the framework agreement = 11 Lot 2: The previous envisaged maximum number of participants to the framework agreement = 6 The new envisaged maximum number of participants to the framework agreement = 7 Lot 3: The previous envisaged maximum number of participants to the framework agreement = 6 The new envisaged maximum number of participants to the framework agreement = 7 Lot 4: The previous envisaged maximum number of participants to the framework agreement = 6 The new envisaged maximum number of participants to the framework agreement = 12"
}
]
},
"parties": [
{
"id": "GB-FTS-1597",
"name": "HealthTrust Europe LLP (HTE) acting as agent for the University Hospitals of Coventry and Warwickshire NHS Trust (\"UHCW\")",
"identifier": {
"legalName": "HealthTrust Europe LLP (HTE) acting as agent for the University Hospitals of Coventry and Warwickshire NHS Trust (\"UHCW\")"
},
"address": {
"streetAddress": "19 George Road",
"locality": "Edgbaston, Birmingham",
"region": "UK",
"postalCode": "B15 1NU",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 08458875000",
"email": "claude.lewis@healthtrusteurope.com"
},
"roles": [
"buyer"
],
"details": {
"url": "https://healthtrusteurope.bravosolution.co.uk"
}
}
],
"buyer": {
"id": "GB-FTS-1597",
"name": "HealthTrust Europe LLP (HTE) acting as agent for the University Hospitals of Coventry and Warwickshire NHS Trust (\"UHCW\")"
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:375968-2020:TEXT:EN:HTML"
}
],
"language": "en"
}