Tender

Intravenous Cannula and Associated Products

  • NHS Supply Chain Operated by DHL Supply Chain Limited acting as agent of Supply Chain Coordination Ltd (SCCL)
  • DHL Supply Chain Limited

F02: Contract notice

Notice identifier: 2022/S 000-005941

Procurement identifier (OCID): ocds-h6vhtk-02aad5

Published 3 March 2022, 10:45pm



The closing date and time has been changed to:

26 April 2022, 3:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain Operated by DHL Supply Chain Limited acting as agent of Supply Chain Coordination Ltd (SCCL)

Skipton House, 80 London Road

London

SE1 6LH

Email

magdalena.krolik3@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

DHL Supply Chain Limited

Foxbridge Way

Normanton

WF6 1TL

Contact

Magdalena Krolik

Email

Magdalena.Krolik3@supplychain.nhs.uk

Country

United Kingdom

NUTS 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

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://nhssupplychain.app.jaggaer.com

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

Tenders or requests to participate must be submitted to 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

Intravenous Cannula and Associated Products

two.1.2) Main CPV code

  • 33141220 - Cannulae

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Framework Agreement is for the supply of intravenous cannula and associated products including: Peripheral Intravenous cannulas (PIVC) – non-winged, winged and ported with wings, Metal needle winged devices with extension, Subcutaneous infusion sets with extension, Safety integrated cannulas, Safety cannulation packs and associated accessories. A catheter (small, flexible tube) placed into a peripheral vein for intravenous therapy such administering medications. The tube contains a needle which facilitates its insertion and is withdrawn when the cannula is in place.

Precise quantities are unknown. It is anticipated that in the first 12 months of the Framework Agreement the value of purchases will be circa £27,293,855 , however this is approximate only. For the full 48 month term (if extended) the anticipated value is around £112,790,779. These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth.

two.1.5) Estimated total value

Value excluding VAT: £112,790.78

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 33141220 - Cannulae

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

Intravenous cannula and associated products including: Peripheral Intravenous cannulas (PIVC) – non-winged, winged and ported with wings, Metal needle winged devices with extension, Subcutaneous infusion sets with extension, Safety integrated cannulas, Safety cannulation packs and associated accessories.

two.2.5) Award criteria

Quality criterion - Name: Training and Education Value Added Programmes / Weighting: 25%

Quality criterion - Name: Sustainability / Weighting: 5%

Price - Weighting: 70%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

This Framework Agreement will have the option to extend incrementally for a period up to 48 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 24 months of the Framework Agreement, the value of

purchases for this agreement will be circa £54,861,068 and for the full 48-month term (if

extended), the anticipated value is circa £112,790,779. These values are approximate only

and are based on the most recent historical usage information, with a forecasted level of

growth from year 1 to 4.


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

Framework Agreement.

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

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.1.5, 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 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.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

Envisaged maximum number of participants to the framework agreement: 13

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 000-009060

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

19 April 2022

Local time

3:00pm

Changed to:

Date

26 April 2022

Local time

3:00pm

See the change notice.

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

20 April 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 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

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)