Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain
Skipton House, 80 London Road
London
SE1 6LH
Lisa-Marie.Stead@supplychain.nhs.uk
Country
United Kingdom
NUTS code
UKI4 - Inner London – East
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-of-health
one.1) Name and addresses
NHS Supply Chain
Normanton
lisa-marie.stead@supplychain.nhs.uk
Country
United Kingdom
NUTS code
UKE45 - Wakefield
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-of-health
one.2) Information about joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://nhssupplychain.app.jaggaer.com/web/login.html
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/web/login.html
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/
Tenders or requests to participate must be submitted to the following address:
DHL Supply Chain Ltd
Normanton
lisa-marie.stead@supplychain.nhs.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-of-health
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
Hand Hygiene and Associated Products and Services
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
NHS Supply Chain seeks to establish a non-exclusive Framework Agreement for the supply to NHS Supply Chain depots via the Stock/Blue Diamond routes and to the NHS Supply Chain customer base via the E-Direct route for the Supply of Hand Hygiene products for patient and staff use in healthcare settings.
The Procurement includes, but is not limited to: hand wash; alcohol and non-alcohol based hand disinfectants; repair and protective hand creams and emollients, and antiseptic wipes.
The Framework Agreement will have an initial term of 36 months with an option to extend incrementally for
up to a total period of 48 months.
It is anticipated that in the first 12 months of the Framework Agreement the value of purchases will be in the
region of £33000000 GBP ex VAT. For the full 48 month term (if extended) the anticipated value is
£141860374GBP ex VAT. These values are approximate only and are based on the most recent historical
usage information, with a forecasted level of growth. The values provided are for guidance only and are not
a guarantee of business.
two.1.5) Estimated total value
Value excluding VAT: £141,860,374
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Hand Hygiene 3 Step Process
Lot No
1
two.2.2) Additional CPV code(s)
- 33631600 - Antiseptics and disinfectants
- 33711500 - Skin-care products
- 33711900 - Soap
- 33740000 - Hand and nails care products
- 33741000 - Hand care products
- 33741100 - Hand cleaner
- 33741200 - Hand or body lotions
- 33741300 - Hand sanitizer
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot is for Hand Hygiene 3 Step Process products including, but not limited to, Hand Wash, Alcohol Based Hand Sanitiser, Moisturiser, Community Packs, Training Kits, and Dispensers and Accessories.
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: £49,663,951
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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 incrementally for up to 12 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
It is anticipated that in the first 12 months of the Framework Agreement the value of
purchases for this Lot will be circa £11600000 GBP ex VAT and for the full 48 month term (if extended) the anticipated value will be circa £49663951 GBP ex VAT.
two.2) Description
two.2.1) Title
Alcohol-free Hand Sanitiser & Associated Products & Services
Lot No
2
two.2.2) Additional CPV code(s)
- 33631600 - Antiseptics and disinfectants
- 33741000 - Hand care products
- 33741100 - Hand cleaner
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot is for Alcohol Free and Associated Products and Services including, but not limited to Alcohol Free/Low Alcohol Hand Sanitiser and Dispensers and Accessories
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: £1,070,343
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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 incrementally for up to 12 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
It is anticipated that in the first 12 months of the Framework Agreement the value of purchases for this Lot will be circa £250000 GBP ex VAT and for the full 48 month term (if extended) the anticipated value will be circa £1070343 GBP ex VAT
two.2) Description
two.2.1) Title
Pandemic Preparedness Programme Products
Lot No
3
two.2.2) Additional CPV code(s)
- 33631600 - Antiseptics and disinfectants
- 33711900 - Soap
- 33741000 - Hand care products
- 33741100 - Hand cleaner
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot is for Alcohol Based Sanitiser products for the Pandemic Preparedness Program.
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: £86,202,500
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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 incrementally for up to 12 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
It is anticipated that in the first 12 months of the Framework Agreement the value of purchases for this Lot will be circa £20000000 GBP ex VAT and for the full 48 month term (if extended) the anticipated value will be circa £86202500GBP ex VAT
two.2) Description
two.2.1) Title
Emollients and Hand Care Products
Lot No
4
two.2.2) Additional CPV code(s)
- 33631000 - Medicinal products for dermatology
- 33631200 - Emollients and protectives
- 33700000 - Personal care products
- 33711500 - Skin-care products
- 33741000 - Hand care products
- 33741200 - Hand or body lotions
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot is for Emollients and Hand Care Products including, but not limited to Hand Protection/Barrier Cream/Lotion/Ointments, Antimicrobial emollients and Skin Emollients.
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: £2,140,687
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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 incrementally for up to 12 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
It is anticipated that in the first 12 months of the Framework Agreement the value of purchases for this Lot will be circa £500000 GBP ex VAT and for the full 48 month term (if extended) the anticipated value will be circa £2140687 GBP ex VAT
two.2) Description
two.2.1) Title
Antiseptic Hand Wipes
Lot No
5
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
- 33141118 - Wipes
- 33631600 - Antiseptics and disinfectants
- 33711430 - Disposable personal wipes
- 33741000 - Hand care products
- 33741100 - Hand cleaner
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot is for Antiseptic Hand Wipes products including, but not limited to, individual sachets and flow wraps.
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: £2,782,893
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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 incrementally for up to 12 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
It is anticipated that in the first 36 months of the Framework Agreement the value of purchases for this Lot will be circa £650000 GBP ex VAT and for the full 48 month term (if extended) the anticipated value will be circa £2782893 GBP ex VAT
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 Product Lines within the Lot 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/web/login.html 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
Minimum level(s) of standards possibly required
Parent company or other guarantees may be required in certain circumstances. Further details will be in the tender documents.
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
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 and several liability.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
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: 2021/S 000-009766
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 February 2022
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: 9 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
1 March 2022
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
Submission of expression of interest and procurement specific information:
This procurement exercise will be conducted on the NHS Supply Chain eProcurement 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 eProcurement portal using the URL https://nhssupplychain.app.jaggaer.com/ to access the portal.
Applicants are encouraged to download the Supplier Handbook located within the eProcurement portal by
following the 'Supplier Help centre ' 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.
six.4) Procedures for review
six.4.1) Review body
Not Applicable
Not Applicable
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Appeals to be logged in accordance with the Public Contracts Regulations 2015 (as amended).