Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
Sophie.Calpin1@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.1) Name and addresses
DHL Supply Chain Limited
Foxbridge Way
Normanton
WF6 1TL
Contact
Sophie Calpin
sophie.calpin1@supplychain.nhs.uk
Country
United Kingdom
Region code
UKE4 - West Yorkshire
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 involves 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
Suction Consumables, Wound Drainage, Autologous Blood Systems and Accessories
two.1.2) Main CPV code
- 33140000 - Medical consumables
two.1.3) Type of contract
Supplies
two.1.4) Short description
The scope of the framework is to cover the supply of products and their associated consumables and accessories for suction consumables, wound drainage post-operative and intra-operative autologous blood system products.
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £21,000,000 to £23,000,000 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 of the total framework agreement term (including any extension options) of between £84,000,000 to £92,000,000.
two.1.5) Estimated total value
Value excluding VAT: £92,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Maximum number of lots that may be awarded to one tenderer: 4
two.2) Description
two.2.1) Title
Suction Consumables and Accessories
Lot No
1
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
- 33141200 - Catheters
- 33141240 - Catheter accessories
- 33141600 - Collector and collection bags, drainage and kits
- 33162000 - Operating theatre devices and instruments
- 33170000 - Anaesthesia and resuscitation
- 33172000 - Anaesthesia and resuscitation devices
- 33190000 - Miscellaneous medical devices and products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Various Locations in the UK
two.2.4) Description of the procurement
This Lot is for all suction consumables and the associated accessories The products include: Open and Closed Suction Catheters, Yankauers Rigid Suction Catheter, Suction Tubing, Sample Collection Devices, Oral Care Kits, Accessories.
two.2.14) Additional information
Precise quantities are unknown. Values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.
two.2) Description
two.2.1) Title
Manual and Powered Suction Devices, Machines, Suction Canisters and Accessories
Lot No
2
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
- 33141600 - Collector and collection bags, drainage and kits
- 33162000 - Operating theatre devices and instruments
- 33170000 - Anaesthesia and resuscitation
- 33171000 - Instruments for anaesthesia and resuscitation
- 33172000 - Anaesthesia and resuscitation devices
- 33190000 - Miscellaneous medical devices and products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Various Locations in the UK
two.2.4) Description of the procurement
This Lot is for manual and powered suction devices, machines, suction canisters and accessories. The products include: Suction Machines / Devices, Portable Suction, Micro-suction, Chest / Thoracic Suction, Manual Suction Devices, Suction Canisters, Disposable Suction Liners, Vacuum / Suction Regulators, Filters For Suction Machines / Devices, Pre-gelling Agents.
two.2.14) Additional information
Precise quantities are unknown. Values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.
two.2) Description
two.2.1) Title
Surgical Drains, Chest/Thoracic Drainage and Accessories
Lot No
3
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
- 33141200 - Catheters
- 33141600 - Collector and collection bags, drainage and kits
- 33162000 - Operating theatre devices and instruments
- 33190000 - Miscellaneous medical devices and products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Various Locations in the UK
two.2.4) Description of the procurement
This Lot is for wound drains, chest thoracic drainage and related accessories. The products include: Wound Drains (Open Drains, Closed Drains, Closed Non-Suction Drains (Passive), Closed Suction Drains (Active)), Chest/Thoracic Drainage (Thoracic Trocars, Chest Drainage Catheters, Chest Thoracic Drainage Systems, Kit & Sets, Chest / Thoracic Therapy Tubing, Indwelling Pleural Catheters, Chest Drain Valves, Wound Drains and Chest/Thoracic Drainage Related Accessories.
two.2.14) Additional information
Precise quantities are unknown. Values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.
two.2) Description
two.2.1) Title
Autologous Blood System Products and Purchase Plans
Lot No
4
two.2.2) Additional CPV code(s)
- 33141600 - Collector and collection bags, drainage and kits
- 33194000 - Devices and instruments for transfusion and infusion
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Various Locations in the UK
two.2.4) Description of the procurement
This Lot is for autologous blood system products and purchase plan. The products include: Post-operative Autologous Blood System Products,
Intra-operative Autologous Blood System Products, and Intra-operative Autologous Blood System Products supplied via purchase plans.
two.2.14) Additional information
Precise quantities are unknown. Values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.
two.3) Estimated date of publication of contract notice
6 September 2023
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 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 and in the annual aggregate in the name of the Applicant
- 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 any of the above 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 (in order for NHS Supply Chain to place orders with the successful Applicant).
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-takingaccount-ofsocialvaluein-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.
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.
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;
Candidates wishing to complete the RFI must first register their expression of interest on the NHS Supply Chain eProcurement Portal via the following URL: https://nhssupplychain.app.jaggaer.com/. If you are not already registered, complete the registration process first to allow access to express interest in this opportunity. The RFI document will then be sent via the Jaggaer ‘Messages Tab’. Applicants will then have 4 weeks from the dispatch of this notice to complete and return the RFI document.