Planning

Pandemic Preparedness Combined Needle & Syringe replenishment

  • Supply Chain Coordination Ltd (SCCL)

F01: Prior information notice (prior information only)

Notice identifier: 2025/S 000-003079

Procurement identifier (OCID): ocds-h6vhtk-04d749

Published 30 January 2025, 11:45am



Section one: Contracting authority

one.1) Name and addresses

Supply Chain Coordination Ltd (SCCL)

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

Contact

Chelsea Allen

Email

Chelsea.allen1@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.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Additional information can be obtained from 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

Pandemic Preparedness Combined Needle & Syringe replenishment

two.1.2) Main CPV code

  • 33141320 - Medical needles

two.1.3) Type of contract

Supplies

two.1.4) Short description

Supply Chain Co-ordination Limited (SCCL) on behalf of The United Kingdom Health Security Agency (UKHSA) wish to procure a stockpile of combined needle and syringe products for vaccine delivery.

two.1.5) Estimated total value

Value excluding VAT: £13,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 33141310 - Syringes

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This procurement is for the supply of combined needle and syringes products for use in vaccination delivery. The products will be held within a stockpile until required for use.

It is important to note that this procurement is for products to be held in deep storage. Therefore, the requirements are very different from NHS Supply Chain business as usual arrangements. The product will be held palletised in standard racking for up to the duration of its shelf life and the product will only be issued as required, therefore product, packaging and pallet must be capable of being stored for its stated shelf life and must be fit for issue at any point from receipt to expiry date.

These products will be distributed by NHS Supply Chain as required by The United Kingdom Health Security Agency (UKHSA).

The Supplier(s) awarded to this Contract will be required to deliver the required volume of the awarded products as stated within the tender documents to prescribed Movianto UK (or other nominated).

It is anticipated that following volumes will be required:

Product volume requirement for general population is 122,112,000

Product volume requirement for obese patients is 5,088,000

NHS Supply Chain anticipates engaging with suppliers of these products via an expression of interest and a Request for Information (RFI). Samples are being requested as part of this RFI, these will need to be ward ready samples (in the packaging as it would be delivered to the customer / end user) and provided to as part of the response to the RFI by no later than Thursday 27th February 2025. Further details are provided within the Request for Information (RFI) form.

two.3) Estimated date of publication of contract notice

7 April 2025


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

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 accredited by the United Kingdom Accreditation Service (or equivalent) to cover all segments of the Applicant’s and the product’s supply chain. This should include, but not be limited to, manufacturing, storage and distribution. If Quality Assurance Standard 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.

- 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).

- MHRA registration of any medical devices, in compliance with the Medical Devices Regulations 2022 (SI 2022 No 618, as amended) (UK MDR 2022).

- The Insurance set out below, acceptable evidence of which should be an Insurance Certificate or a signed Broker’s letter.

> Employers liability Insurance cover of £5m per claim in the name of the Applicant

> Public Liability Insurance cover of £5m per claim in the name of the Applicant

> Product Liability Insurance cover of £5m in the name of the Applicant

NHS Supply Chain will assess the Applicant’s economic and financial standing (or that of the entity or entities the Applicant is relying upon). Documentary evidence of this will be required at tender stage.

NHS Supply Chain will be assessing Sustainability and Social Value requirements as part of the upcoming tender process:

> Carbon reduction Plan – All suppliers of new contracts for goods, services and works are required to publish a Carbon Reduction Plan (CRP) (PPN 06/21). This will be a pass/fail requirement at SQ stage of the upcoming tender.

> Social Value Requirements – All procurements will include a minimum 10% net zero and social value weighting. Questions in the upcoming tender will form part of the Non-Financial criteria. Should the upcoming tender be identified as Medium or High risk in relation to modern slavery, a pass/fail requirement will be implemented in relation to a Modern Slavery Social Value question. Applicants who will achieve a score 1 or 0 for Social Value question ‘Equal Opportunity–Modern Slavery Risk’, will undergo a further review. Where assessment outcome is ‘1 or more High Risk’ this will result in a FAIL. The Applicant’s tender will be rejected.

>Evergreen Assessment – All Suppliers are required to complete an Evergreen Supplier Assessment. This will be a pass/fail requirement at SQ stage of the upcoming tender.

> NHS England Supplier Roadmap – The NHS net zero supplier roadmap sets out the steps suppliers must take to align wit the NHS net zero ambition between now and 2030.

> Modern Slavery – All suppliers must complete and maintain an up-to-date Modern Slavery Assessment Tool (MSAT) as a minimum requirement (PPN 02/23). This will be a pass/fail requirement at SQ stage of the upcoming tender.

As part of its pre-tender strategy, NHS Supply Chain anticipates engaging with suppliers of these products via an expression of interest and a Request for Information (RFI). Please follow the guidance below:

PORTAL ACCESS

- Login with URL https://nhssupplychain.app.jaggaer.com//

- Click on “SQs Open to All Suppliers” and search for the title of the procurement.

EXPRESSION OF INTEREST

- Find SQ_578 - RFI - Pandemic Preparedness Combined Needle & Syringe Replenishment and click on the blue text. Select Express interest. - The Request for Information Document will be available in the Qualification envelope and attachments tab.