Opportunity

Hand Hygiene and Associated Products and Services

  • NHS Supply Chain
  • NHS Supply Chain

F02: Contract notice

Notice reference: 2022/S 000-002483

Published 27 January 2022, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain

Skipton House, 80 London Road

London

SE1 6LH

Email

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

Email

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

Email

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).