University Hospitals Dorset NHS Foundation Trust has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | THE SUPPLY OF BRADY PACEMAKERS, CARDIAC RESYNCHRONISATION PACEMAKERS AND IMPLANTABLE LOOP RECORDERS |
Notice type: | Contract Award Notice |
Authority: | University Hospitals Dorset NHS Foundation Trust |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | Pacemakers, CRTP's and Loop Recorders |
Published: | 09/01/2020 11:06 |
View Full Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
The Royal Bournemouth and Christchurch hospital, RDZ
Castle Lane East, Bournemouth, BH7 7DW, United Kingdom
Tel. +44 1202726084, Email: hayley.kelly@rbch.nhs.uk
Contact: Hayley Kelly
Main Address: https://www.delta-esourcing.com
NUTS Code: UKK21
I.2) Joint procurement:
The contract involves joint procurement: Yes
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Health
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: THE SUPPLY OF BRADY PACEMAKERS, CARDIAC RESYNCHRONISATION PACEMAKERS AND IMPLANTABLE LOOP RECORDERS
Reference number: RBCH EU 0018 10
II.1.2) Main CPV code:
85121230 - Cardiology services or pulmonary specialists services.
LA50-0 - For cardiology
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Pacemakers, CRTP's and Loop Recorders
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 3,852,940
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Brady Pacemakers
Lot No:1
II.2.2) Additional CPV code(s):
85121231 - Cardiology services.
II.2.3) Place of performance
Nuts code:
UKK21 - Bournemouth and Poole
Main site or place of performance:
Bournemouth and Poole
II.2.4) Description of the procurement: Brady Pacemaker Systems,
•P1. Dual Chamber
•P2. Single Chamber
•P3. Leads
•P4. Generators only
II.2.5) Award criteria:
Quality criterion - Name: Project technical & quality weighting % / Weighting: 30
Cost criterion - Name: Project price weighting % / Weighting: 70
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/823JNUA9G5
II.2) Description (lot no. 2)
II.2.1) Title:CRTP’s (Cardiac Resynchronisation Therapy Pacemakers )
Lot No:2
II.2.2) Additional CPV code(s):
85121230 - Cardiology services or pulmonary specialists services.
85121231 - Cardiology services.
II.2.3) Place of performance
Nuts code:
UKK21 - Bournemouth and Poole
Main site or place of performance:
Bournemouth and Poole
II.2.4) Description of the procurement: LOT 2 Cardiac Resynchronisation Pacemakers Systems
While functioning like a normal pacemaker to treat slow heart rhythms, a CRT-P device also delivers small electrical impulses to the left ventricle to improve the coordination of ventricular contraction. A CRT-P system consists of the pulse generator (device) and pacing leads that are in contact with the inner wall of the right atrium, the right ventricle and an additional lead positioned within the coronary sinus.
C.1 CRT-P systems
Systems offered must be MRI conditional to at least 1.5 Tesla, ideally full body.
Devices should offer a rate response option (Dual sensor or Physiological response sensor), with a maximal programmable sensor rate and ability to adjust sensitivity of response.
Devices must have options that allow minimised Ventricular Pacing via algorithms that allow an extension of AV delays/ ability to switch from atrial based to ventricular based pacing upon detection of AV block.
Automatic self-lead checks with viewable trends and alerts for measurements outside programmed ranges.
EGM storage for events.
Rate hysteresis/Night rate.
Fully programmable parameter options including range of lower/upper rates from 30-180bpm.
Full range of pacing modes including DDD, VVI, DDI as well as those needed to meet the requirements already stated above.
Ergonomically shaped and sized, max. volume 20CC.
Ideally offer AF therapy to include rate regulation, pause suppression and overdrive pacing.
Diagnostics – must include HR graph, % pacing and HF information (e.g. rate variation, activity levels, thoracic impedance).
Estimated battery longevity > 6yrs.
Must have wireless telemetry.
Ideally compatible with home monitoring Multiple options for output to include automatic selection in line with daily lead checks. Manual options to allow for output and pulse width changes ideally from <1V up to max output in increments of up to 0.5V (increment doesn’t have to cover entire output range, but ideally up to at least 5V).
Must be an IS-1 connection for RA and RV lead and IS-4 connection for LV lead.
Must offer all available configurations for LV pacing.
Ideally offer automatic programming suggestions feature e.g. for AV/VV delays.
Programmable VV offset.
Ideally offer a threshold test feature that allows quick assessment of all programmable LV configurations.
C.2 Generators only
There will be a requirement for standalone generators to be purchased for box change procedures. These will need to be a mix of full body MRI conditional devices to maintain currently MRI compatibility and non MRI for those patients with non MRI leads. Generators must fulfil all of the other criteria above (C. 1).
CRT-P generators used for box change will need to cover all combinations of lead connectors, including IS-4 and IS-1 connections for LV leads.
C.3 Leads only
Must be IS-4 connection for LV lead.
Available in a range of shapes and lengths.
See Lot 5.1 for RA and RV leads.
II.2.5) Award criteria:
Quality criterion - Name: Project technical & quality weighting (%) / Weighting: 30
Cost criterion - Name: Project price weighting (%) / Weighting: 70
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/N3TB72D72N
II.2) Description (lot no. 3)
II.2.1) Title:Loop Recorder
Lot No:3
II.2.2) Additional CPV code(s):
85121230 - Cardiology services or pulmonary specialists services.
85121231 - Cardiology services.
II.2.3) Place of performance
Nuts code:
UKK21 - Bournemouth and Poole
Main site or place of performance:
Bournemouth and Poole
II.2.4) Description of the procurement: LOT 3 Implantable Loop Recorder
An insertable Cardiac monitor that allows home ECG monitoring of patients with suspected cardiac arrhythmias or unexplained syncope.
Must be injectable.
No greater than 2CC
Record an EGM for both automatic events and patient activated episodes.
Must be able to be activated by the patient at time of symptom.
Must be supplied with remote monitoring that enables both patient activated and automatic download on detection of events.
Battery longevity of approximately 2 years.
Programmable options to allow for EGM storage pre and post activation/detection.
Programmable event criteria.
Ergonomic design.
Must be full body MRI-conditional.
5.4 Implant Accessories
The following must be provided;
Peel-able Introducer sheaths in a range of sizes from 6Fr – 9Fr
Testing cables
LV Introducer sheaths (outer and inner)
Lead end caps
Pin port plugs
Stylets
Wrench kit
Rotation Tool
LV guide wire
IS-4 connector tool (where applicable)
LV sheath slitter
Balloon occlusion catheter
ID card holders ideally
II.2.5) Award criteria:
Quality criterion - Name: Project technical & quality weighting (%) / Weighting: 30
Cost criterion - Name: Project price weighting (%) / Weighting: 70
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: 2019/S 130-318552
Lot Number: 1
Title: Brady Pacemakers
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/01/2020
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 5
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Abbott Medical UK Ltd
Elder House, Blythe Valley Business Park, Central Boulevard, Solihul, B90 8AJ, United Kingdom
NUTS Code: UKK21
The contractor is an SME: No
Contractor (No.2)
Biotronik UK Ltd., BIOTRONIK House
Avonbury Business Park, Bicester, OXON, OX26 2UA, United Kingdom
NUTS Code: UKK21
The contractor is an SME: No
Contractor (No.3)
MicroPort CRM UK Ltd
Willow House, Park West Business Park, Sealand Road, Chester, CH1 4RW, United Kingdom
NUTS Code: UKK21
The contractor is an SME: No
Contractor (No.4)
Boston Scientific Ltd
Breakspear Park, Breakspear Way, Hemel Hempstead, Hertfordshire, HP2 4TZ, United Kingdom
NUTS Code: UKK21
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 2,186,300
Total value of the contract/lot: 2,186,300
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: 2
Title: Cardiac Resynchronisation Pacemakers
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/01/2020
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 5
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Abbott Medical UK Ltd
Elder House, Blythe Valley Business Park, Central Boulevard, Solihul, B90 8AJ, United Kingdom
NUTS Code: UKK21
The contractor is an SME: No
Contractor (No.2)
Boston Scientific Ltd
Breakspear Park, Breakspear Way, Hemel Hempstead, Hertfordshire, HP2 4TZ, United Kingdom
NUTS Code: UKK21
The contractor is an SME: Yes
Contractor (No.3)
Medtronic LTD
Building 9, Croxley Park, Watford, Hertfordshire, WD18 8WW, United Kingdom
NUTS Code: UKK21
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 877,200
Total value of the contract/lot: 877,200
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: Not Provided
Lot Number: 3
Title: Implantable Loop Recorders
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/01/2020
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 5
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Biotronik UK Ltd.
BIOTRONIK House, Avonbury Business Park, Bicester, OXON, OX26 2UA, United Kingdom
NUTS Code: UKK21
The contractor is an SME: No
Contractor (No.2)
Abbott Medical UK Ltd
Elder House, Blythe Valley Business Park, Central Boulevard, Solihul, B90 8AJ, United Kingdom
NUTS Code: UKK21
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 789,440
Total value of the contract/lot: 789,440
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=462445118
VI.4) Procedures for review
VI.4.1) Review body
The Royal Bournemouth and Christchurch Hospitals NHS Foundation Trust
Castle Lane East, Bournemouth, BH7 7DW, United Kingdom
Tel. +44 1202726160
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 09/01/2020
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
POOLE HOSPITAL NHS FOUNDATION TRUST, RD3
Longfleet Rd, Poole, BH15 2JB, United Kingdom
Email: carl.holdsworth@poole.nhs.uk
Main Address: https://www.delta-esourcing.com
NUTS Code: UKK21