Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain Operated by DHL Supply Chain Ltd acting as agent of Supply Chain Coordination Ltd (SCCL)
c/o Skipton House, 80 London Road
London
SE1 6LH
Country
United Kingdom
NUTS code
UKI - LONDON
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-of-health
one.2) Information about 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://www.nhssupplychain.app.jaggaer.com/
Additional information can be obtained from another address:
DHL Supply Chain
Foxbridge Way
Normanton
Contact
Sukhy Rai
Country
United Kingdom
NUTS code
UKE4 - West Yorkshire
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-of-health
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
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
Combined Safety Syringes and Needles for the COVID-19 Vaccination Programme
two.1.2) Main CPV code
- 33141320 - Medical needles
two.1.3) Type of contract
Supplies
two.1.4) Short description
Public Health England (PHE) and Supply Chain Coordination Limited (SCCL) wish to procure a stockpile of products to be distributed for future vaccines in relation to the COVID-19 Vaccination Programme.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
The procurement for Combined Safety Syringes and Needles is for the administration of future vaccine candidates that are not yet available, but form part of the UK's overall vaccine programme. These products will be distributed by Public Health England.
NHS Supply Chain anticipates appointing the highest scoring Applicant who meet the minimum requirements, which are set out in the tender documents to the relevant Product Line.
Applicants may bid for one or more Product Lines, however it should be noted that where they are the highest scoring Applicant for the 60% volume line their offer for the associated 40% volume line, if bid, will not be considered for evaluation. Please refer to the tender documents for further information in respect of the Award.
two.2.5) Award criteria
Price
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
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: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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.2.4 of this Contract Notice for further details in respect of appointment to the Contract.
Applicants should refer to the Invitation to Tender for more information in respect of this.
The term of the Contract formed may continue beyond the end of the term of the Contract itself.
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 Contract as set out in the delivery schedule, summarised below.
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) Depots on or before July, August, September, October, November and December 2021.
The following volumes will be required:
Total product volume requirement for general population is 242,500,000 eaches
Total product volume requirement for morbidly obese (longer needle) is 7,500,000 eaches
Further detail can be found within the Delivery Schedule included in the tender documents.
Electronic ordering will be used and electronic invoicing will be accepted and electronic payment will be used.
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.
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.
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 1 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 Contract 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.1.8) 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 000-000822
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 March 2021
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
29 March 2021
Local time
9:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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 Helpcentre' 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
N/A
N/A
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).