- Scope of the procurement
- Lot 1. Patient Cleansing Wet and Dry Wipes
- Lot 2. Waterless Bathing including Continence Wipes
- Lot 3. Patient Cleansing Hygiene and Grooming Products
- Lot 4. Antimicrobial Skin Cleansing Products
- Lot 5. Skin Disinfection - Medicinal Products
- Lot 6. Pre-Operative Skin Preparation
Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
gavin.staniforth2@supplychain.nhs.uk
Country
United Kingdom
Region 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.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 the above-mentioned address
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 authority
National or federal Agency/Office
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Skin Cleansing Disinfection and Hygiene 2025
two.1.2) Main CPV code
- 33000000 - Medical equipments, pharmaceuticals and personal care products
two.1.3) Type of contract
Supplies
two.1.4) Short description
The purpose of this notice is to draw attention to a procurement that NHS Supply Chain intends to commence, Project_1236 - Skin Cleansing, during the subsequent 12 months for the Supply of Skin Cleansing Disinfection and Hygiene products for patient and clinician use.
Products include but are not limited to patient dry wipes, skin cleansing wipes, continence wipes, patient cleansing hygiene and personal care products, alcohol wipes for use on skin, antimicrobial body wash products, biocidal skin disinfectants, LMP skin disinfectants and pre-operative skin preparation products.
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £59,250,000 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. The estimated value over the total Framework Agreement term (2 + 2 year term) is anticipated to be approximately £237,000,000.
The Framework Agreement between NHS Supply Chain and successful suppliers will reserve the right to purchase the same or similar supplies and/or services from suppliers not appointed to the Framework Agreement at its sole discretion.
NHS Supply Chain intends to enter into arrangements under which it will be entitled to purchase supplies and/or services which it will 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. Only NHS Supply Chain can order from the Framework Agreement and enter into contracts under it.
two.1.5) Estimated total value
Value excluding VAT: £237,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 6
two.2) Description
two.2.1) Title
Patient Cleansing Wet and Dry Wipes
Lot No
1
two.2.2) Additional CPV code(s)
- 33141118 - Wipes
- 33711430 - Disposable personal wipes
- 33711500 - Skin-care products
- 33740000 - Hand and nails care products
- 33741000 - Hand care products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot is for disposable cleansing wet and dry wipes for the use on patient skin, all products must be suitable for use in the healthcare and healthcare related environment, typically within the NHS sector. The requirement may include assistance/ training around the intended use of the products and aftercare such as auditing. NHS Supply Chain may stipulate testing of Applicant's Goods at the Applicant's expense or request further information from the Applicant to ensure the Goods comply with the Specification at any time during the Tender or post tender. In the event that the product(s) do not meet the Specification, NHS Supply Chain will reserve the right to exclude the Goods from the Framework Agreement and/or the tender process (as the case may be)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £49,000,000
two.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 variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
This Framework Agreement will have the option to extend up to a total duration no longer than 48 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £12,250,000 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.
two.2) Description
two.2.1) Title
Waterless Bathing including Continence Wipes
Lot No
2
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
- 33141118 - Wipes
- 33631200 - Emollients and protectives
- 33700000 - Personal care products
- 33711430 - Disposable personal wipes
- 33711500 - Skin-care products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot is for the supply of products used for the Waterless Bathing including Continence Wipes for use on patients skin and hair. Products include but are not restricted to shampoo casps, bed bath wipes / wash mitts, towell off shampoo / body wash 3 in 1 continence wipes which contain cleansers, moisturisers and a barrier protection cream. All products must be suitable for use in the healthcare and healthcare related environment, typically within the NHS sector. The requirement may include assistance/ training around the intended use of the product. NHS Supply Chain may stipulate testing of Applicant's Goods at the Applicant's expense or request further information from the Applicant to ensure the Goods comply with the Specification at any time during the Tender or post tender. In the event that the product(s) do not meet the Specification, NHS Supply Chain will reserve the right to exclude the Goods from the Framework Agreement and/or the tender process (as the case may be)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £21,000,000
two.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 variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
This Framework Agreement will have the option to extend up to a total duration no longer than 48 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £5,250,000 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.
two.2) Description
two.2.1) Title
Patient Cleansing Hygiene and Grooming Products
Lot No
3
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
- 33700000 - Personal care products
- 33711000 - Perfumes and toiletries
- 33711110 - Deodorants
- 33711500 - Skin-care products
- 33711520 - Bath gels
- 33711600 - Hair preparations and articles
- 33711610 - Shampoos
- 33711620 - Combs
- 33711710 - Toothbrushes
- 33711720 - Toothpaste
- 33711800 - Shaving preparations
- 33711810 - Shaving creams
- 33711900 - Soap
- 33720000 - Razors and manicure or pedicure sets
- 33721000 - Razors
- 33722100 - Manicure sets
- 33742000 - Nail care products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot is for the supply of products used for the personal care, hygiene and cleansing of patients. Products include but are not restricted to shampoo, shower gel, baby bath, soap, razors and shaving cream, toothbrushes and toothpaste, hair care products including a range specifically for diverse ethnicities, yellow soft paraffin, nursing sundries and nail care products. All products must be suitable for use in the healthcare and healthcare related environment, typically within the NHS sector.
NHS Supply Chain may stipulate testing of Applicant's Goods at the Applicant's expense or request further information from the Applicant to ensure the Goods comply with the Specification at any time during the Tender or post tender. In the event that the product(s) do not meet the Specification, NHS Supply Chain will reserve the right to exclude the Goods from the Framework Agreement and/or the tender process (as the case may be)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £10,000,000
two.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 variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
This Framework Agreement will have the option to extend up to a total duration no longer than 48 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £2,500,000 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.
two.2) Description
two.2.1) Title
Antimicrobial Skin Cleansing Products
Lot No
4
two.2.2) Additional CPV code(s)
- 33141118 - Wipes
- 33631600 - Antiseptics and disinfectants
- 33711430 - Disposable personal wipes
- 33711610 - Shampoos
- 33711740 - Mouthwash
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot is for the supply of skin disinfection wipes for localised general skin disinfection. Products included in this lot that are within scope for this lot include but are not limited to:
Alcohol Wipe, Skin Cleansing, Mouthwash, Skin Cleansing, Nasal Gel, Skin Cleansing – Biocides, Applicator Swab and Nasal Light Illuminator and Small Capital Equipment and Small Capital Equipment
The requirement may include assistance/ training in around the intended use of the products and aftercare such as auditing. Evidence of compliance with the GB Biocidal Products Regulations may also be required.
All products must be suitable for use in the healthcare and healthcare related environment, typically within the NHS sector.
NHS Supply Chain may stipulate testing of Applicant's Goods at the Applicant's expense or request further information from the Applicant to ensure the Goods comply with the Specification at any time during the Tender or post tender. In the event that the product(s) do not meet the Specification, NHS Supply Chain will reserve the right to exclude the Goods from the Framework Agreement and/or the tender process (as the case may be)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £21,000,000
two.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 variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
This Framework Agreement will have the option to extend up to a total duration no longer than 48 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £5,250,000 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.
two.2) Description
two.2.1) Title
Skin Disinfection - Medicinal Products
Lot No
5
two.2.2) Additional CPV code(s)
- 33631600 - Antiseptics and disinfectants
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot if for the supply of pre-operative/major/minor proceedure skin disinfectants. Products included in this lot that are within scope for this lot include but are not limited to:
Skin disinfectants classified as licensed medical products with or without an applicator/wipe and containing either Chlorhexidine, Povidone Iodine or other suitable active disinfectant ingredient(s). All products must be suitable for use in the healthcare and healthcare related environment, typically within the NHS sector.
The requirement may include assistance/ training around the intended use of the products and aftercare. Evidence of compliance with the Medicines Act 1968 (as amended) may also be required.
Some of these products areas maybe be subject to clinical evaluation as part of the tender process.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £126,000,000
two.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 variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
This Framework Agreement will have the option to extend up to a total duration no longer than 48 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £31,500,000 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.
two.2) Description
two.2.1) Title
Pre-Operative Skin Preparation
Lot No
6
two.2.2) Additional CPV code(s)
- 33190000 - Miscellaneous medical devices and products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot if for the supply of pre-operative skin preparation products. All products must be suitable for use in the healthcare and healthcare related environment, typically within the NHS sector. Products included in this lot that are within scope for this lot include but are not limited to:
Manual disposable double-edged razors, pre-operative skin marker pens, surgical scrub brushes and eclectic razors and blades.
The requirement may include assistance/ training around the intended use of the products and aftercare. NHS Supply Chain may stipulate testing of Applicant's Goods at the Applicant's expense or request further information from the Applicant to ensure the Goods comply with the Specification at any time during the Tender or post tender.
In the event that the product(s) do not meet the Specification, NHS Supply Chain will reserve the right to exclude the Goods from the Framework Agreement and/or the tender process (as the case may be)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £10,000,000
two.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 variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
This Framework Agreement will have the option to extend up to a total duration no longer than 48 months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £2,500,000 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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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.
NHS Supply Chain intends to enter into arrangements under which it will be entitled to purchase supplies and/or services which it will 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. Only NHS Supply Chain can order from the Framework Agreement and enter into contracts under it.
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 standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction
Although an electronic auction will not be used to award all or part of the requirements of the Framework Agreement the use of eAuctions may be an option as part of any contracts awarded under the Framework Agreement.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-011573
four.2.2) Time limit for receipt of tenders or requests to participate
Date
11 February 2025
Local time
3:00pm
four.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 tender
Duration in months: 7 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
12 February 2025
Local time
9:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The following certification will be a requirement of the upcoming tender exercise and Applicants may be required to include evidence of this within their tender submission.
- ISO 9001:2015 or equivalent externally accredited and up-to-date quality standard certificate(s) to cover all segments of the Applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage, distribution, and customer service. Further information in respect of certification requirements will be set out in the notice for the forthcoming procurement. If such certificates are not in the name of the Applicant then the Applicant must supply a copy of agreements setting out the authority and responsibilities of all parties in the supply chain and provide evidence of ISO9001:2015 or equivalent for all relevant parties in the supply chain.
- Public Liability Insurance cover of £5m per claim in the name of the Applicant
- Product Liability Insurance cover in the name of the Applicant of £5m per claim or £5m per claim and in the annual aggregate
- -Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device
Regulations 2002 or Declaration of Conformity and CE Certification to d-Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable).
If an Applicant commits to obtain ISO9001:2015 or equivalent quality standard certificate, Public Liability Insurance or Product Liability Insurance certification at the time of their tender submission then the requirement is that such certification is in place prior to the commencement date of the framework agreement.
The NHS has adopted PPN 06/20 (taking account of Social Value in the award of Government Contracts) 2022, and therefore this future Framework Agreement will include some qualitative evaluation questions on Social Value with a min. weighting of 10% towards the award. For more information on Social Value and to understand what's included in Social Value, please see:
https://www.gov.uk/government/publications/procurement-policy-note-0620-taking-account-of-social-value-in-the-award-of-central-government-contracts. In addition, from April 2023: the NHS will adopt the Government's 'Taking Account of Carbon Reduction Plans' (PPN 06/21) requiring all suppliers with new contracts for goods, services, and/or works with an anticipated contract value above £5 million per annum, to publish a carbon reduction plan for their direct emissions. From April 2024, the NHS will expand this requirement for all new contracts, irrespective of value. From April 2024, the NHS will expand this requirement for all new contracts, irrespective of value.
As part of its pre-tender strategy, NHS Supply Chain would also like to engage with suppliers of these products via a Request for Information (RFI). If you would like to complete the Request for Information document in respect of the products which are the subject of this procurement, then please follow the below instructions;
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 "SQs Open to All Suppliers".
six.4) Procedures for review
six.4.1) Review body
NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
Country
United Kingdom