Opportunity

Central Venous Catheters and Associated Products

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

F02: Contract notice

Notice reference: 2021/S 000-006154

Published 25 March 2021, 10:56pm



The closing date and time has been changed to:

14 May 2021, 3:00pm

See the change notice.

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)

Skipton House, 80 London Road

London

SE1 6LH

Email

thomas.mathers2@supplychain.nhs.uk

Country

United Kingdom

NUTS code

UKI - LONDON

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

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

https://www.gov.uk/government/organisations/department-of-health

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

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

Central Venous Catheters and Associated Products

two.1.2) Main CPV code

  • 33141000 - Disposable non-chemical medical consumables and haematological consumables

two.1.3) Type of contract

Supplies

two.1.4) Short description

NHS Supply Chain seeks to establish a non-exclusive Framework Agreement for supply to NHS Supply Chain depots via the Stock and Blue Diamond routes and to the NHS Supply Chain customer base via the E-Direct Route.

The framework agreement is for the supply of Central Venous Catheters and Associated Products.

It is anticipated that in the first 12 months of the Framework Agreement the value of purchases will be circa £12,943,000. For the full 48 month term (if extended) the anticipated value is circa £57,466,760. 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.

NHS Supply Chain anticipates appointing all Applicants who have met the minimum requirements which are set out in these tender documents and whose total score meets or exceeds a hurdle of at least 35% when rounded up or down (as the case may be) from four decimal places to the nearest whole number at tender evaluation stage to the relevant Product Line of the Framework Agreement.

two.1.5) Estimated total value

Value excluding VAT: £57,466,760

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
8

two.2) Description

two.2.1) Title

CVC: Acute CVC (Short Term)

Lot No

1

two.2.2) Additional CPV code(s)

  • 33141000 - Disposable non-chemical medical consumables and haematological consumables

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

Central Venous Catheters (CVC) within this Framework are also known as central lines, central venous lines, or central venous access catheters. CVC products must be suitable for administration of medication or fluids that are unable to be administered enterally or would harm a smaller peripheral vein and obtain blood tests. NHS Supply Chain anticipates appointing all Applicants who have met the minimum requirements which are set out in these tender documents and whose total score meets or exceeds a hurdle of at least 35% when rounded up or down (as the case may be) from four decimal places to the nearest whole number at tender evaluation stage to the relevant Product Line of the Framework Agreement.

two.2.5) Award criteria

Quality criterion - Name: Sales, Service and Suppport / Weighting: 43%

Quality criterion - Name: Sustainability / Weighting: 7%

Cost criterion - Name: Financial Evaluation / Weighting: 50%

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 total of 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

For the full 48 month term (if extended) the anticipated value is circa £14,918,790. These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth.

two.2) Description

two.2.1) Title

CVC: Vascular Catheter (Dialysis) (Short term)

Lot No

2

two.2.2) Additional CPV code(s)

  • 33181000 - Renal support devices
  • 33181520 - Renal dialysis consumables

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

A vascular catheter is a specialised, flexible plastic tube inserted via the subclavian or jugular vein, through the neck, chest, or leg near the groin, usually only for short-term haemodialysis. NHS Supply Chain anticipates appointing all Applicants who have met the minimum requirements which are set out in these tender documents and whose total score meets or exceeds a hurdle of at least 35% when rounded up or down (as the case may be) from four decimal places to the nearest whole number at tender evaluation stage to the relevant Product Line of the Framework Agreement.

two.2.5) Award criteria

Quality criterion - Name: Sales, Service and Suppport / Weighting: 43%

Quality criterion - Name: Sustainability / Weighting: 7%

Cost criterion - Name: Financial Evaluation / Weighting: 50%

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 total of 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

For the full 48 month term (if extended) the anticipated value is circa £1,963,500 These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth.

two.2) Description

two.2.1) Title

CVC: Peripheral Inserted Central Catheter (PICC) (Long Term)

Lot No

3

two.2.2) Additional CPV code(s)

  • 33141240 - Catheter accessories

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

A PICC line is a thin, soft, long catheter (tube) that is inserted into a vein in the arm, leg or neck. The tip of the catheter is positioned in a large vein that carries blood into the heart. The PICC line is used for long-term intravenous (IV) antibiotics, nutrition or medications, and for blood draws. A PICC Line can have one, two or three lumens, they can be power injectable, micro seldinger technique, or CT (computerized tomography) injectable with micro seldinger techniques. NHS Supply Chain anticipates appointing all Applicants who have met the minimum requirements which are set out in these tender documents and whose total score meets or exceeds a hurdle of at least 35% when rounded up or down (as the case may be) from four decimal places to the nearest whole number at tender evaluation stage to the relevant Product Line of the Framework Agreement.

two.2.5) Award criteria

Quality criterion - Name: Sales, Service and Suppport / Weighting: 43%

Quality criterion - Name: Sustainability / Weighting: 7%

Cost criterion - Name: Financial Evaluation / Weighting: 50%

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 total of 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

For the full 48 month term (if extended) the anticipated value is circa £17,180,000 These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth.

two.2) Description

two.2.1) Title

CVC: Skin Tunnelled Catheter (Cuffed) (Long term)

Lot No

4

two.2.2) Additional CPV code(s)

  • 33141240 - Catheter accessories

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

A skin tunnelled catheter is a long, hollow tube inserted into one of the veins in the neck or under the collar bone. This is also referred to as a 'line', 'skin tunnelled line' or 'Hickman'. It has openings on both ends and the space inside the line is called a lumen. A line can have one, two or three lumens. NHS Supply Chain anticipates appointing all Applicants who have met the minimum requirements which are set out in these tender documents and whose total score meets or exceeds a hurdle of at least 35% when rounded up or down (as the case may be) from four decimal places to the nearest whole number at tender evaluation stage to the relevant Product Line of the Framework Agreement.

two.2.5) Award criteria

Quality criterion - Name: Sales, Service and Suppport / Weighting: 43%

Quality criterion - Name: Sustainability / Weighting: 7%

Cost criterion - Name: Financial Evaluation / Weighting: 50%

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 total of 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

For the full 48 month term (if extended) the anticipated value is circa £1,702,395 These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth.

two.2) Description

two.2.1) Title

CVC: Implanted Port (Porta Cath) (Long term)

Lot No

5

two.2.2) Additional CPV code(s)

  • 33141000 - Disposable non-chemical medical consumables and haematological consumables
  • 33184100 - Surgical implants

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

A port is a small medical appliance that is installed beneath the skin. A catheter (plastic tube) connects the port to a vein. Under the skin, the port has a septum (a silicone membrane) through which drugs can be injected and blood samples can be drawn multiple times, resulting in less discomfort for the patient than a more typical "needle stick". Ports are used mostly to treat haematology and oncology patients. The port is usually inserted in the upper chest (known as a "chest port"), just below the clavicle or collar bone, with the catheter inserted into the jugular vein. NHS Supply Chain anticipates appointing all Applicants who have met the minimum requirements which are set out in these tender documents and whose total score meets or exceeds a hurdle of at least 35% when rounded up or down (as the case may be) from four decimal places to the nearest whole number at tender evaluation stage to the relevant Product Line of the Framework Agreement.

two.2.5) Award criteria

Quality criterion - Name: Sales, Service and Suppport / Weighting: 43%

Quality criterion - Name: Sustainability / Weighting: 7%

Cost criterion - Name: Financial Evaluation / Weighting: 50%

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 total of 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

For the full 48 month term (if extended) the anticipated value is circa £680,975 These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth.

two.2) Description

two.2.1) Title

Arterial Lines

Lot No

6

two.2.2) Additional CPV code(s)

  • 33141240 - Catheter accessories

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

A peripheral arterial line is a thin catheter inserted into an artery. It is most often used in intensive care medicine and anaesthesia to monitor blood pressure directly and in real-time (rather than by intermittent and indirect measurement) and to obtain samples for arterial blood gas analysis. NHS Supply Chain anticipates appointing all Applicants who have met the minimum requirements which are set out in these tender documents and whose total score meets or exceeds a hurdle of at least 35% when rounded up or down (as the case may be) from four decimal places to the nearest whole number at tender evaluation stage to the relevant Product Line of the Framework Agreement.

two.2.5) Award criteria

Quality criterion - Name: Sales, Service and Suppport / Weighting: 43%

Quality criterion - Name: Sustainability / Weighting: 7%

Cost criterion - Name: Financial Evaluation / Weighting: 50%

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 total of 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

For the full 48 month term (if extended) the anticipated value is circa £9,991,100 These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth.

two.2) Description

two.2.1) Title

Midlines

Lot No

7

two.2.2) Additional CPV code(s)

  • 33141000 - Disposable non-chemical medical consumables and haematological consumables
  • 33141240 - Catheter accessories

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

Midlines are non-tunnelled peripheral vascular access devices which are inserted through a peripheral vein in the arm. A midline can have one or two lumens which can include a catheter with micro seldinger technique; seldinger technique midlines with extension tubes, and midlines which can be trimmed to a desired length. NHS Supply Chain anticipates appointing all Applicants who have met the minimum requirements which are set out in these tender documents and whose total score meets or exceeds a hurdle of at least 35% when rounded up or down (as the case may be) from four decimal places to the nearest whole number at tender evaluation stage to the relevant Product Line of the Framework Agreement.

two.2.5) Award criteria

Quality criterion - Name: Sales, Service and Suppport / Weighting: 43%

Quality criterion - Name: Sustainability / Weighting: 7%

Cost criterion - Name: Financial Evaluation / Weighting: 50%

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 total of 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

For the full 48 month term (if extended) the anticipated value is circa £1,640,000 These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth.

two.2) Description

two.2.1) Title

Accessories/Associated Products

Lot No

8

two.2.2) Additional CPV code(s)

  • 33141240 - Catheter accessories

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

Associated products can support the use of the Lotted products through their design and method of use. NHS Supply Chain anticipates appointing all Applicants who have met the minimum requirements which are set out in these tender documents and whose total score meets or exceeds a hurdle of at least 35% when rounded up or down (as the case may be) from four decimal places to the nearest whole number at tender evaluation stage to the relevant Product Line of the Framework Agreement.

two.2.5) Award criteria

Quality criterion - Name: Sales, Service and Suppport / Weighting: 43%

Quality criterion - Name: Sustainability / Weighting: 7%

Cost criterion - Name: Financial Evaluation / Weighting: 50%

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 total of 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

For the full 48 month term (if extended) the anticipated value is circa £9,390,000 These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth.


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 individual Lots across the Framework Agreement.

Applicants may bid for one, more than one or all of the Lots 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/ 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

Envisaged maximum number of participants to the framework agreement: 61

four.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction

Although an electronic auction will not be used to award all or part of the requirements of the framework agreement the use of eAuctions may be an option as part of any contracts awarded under the framework agreement.

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: 2020/S 136-335825

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

Originally published as:

Date

4 May 2021

Local time

3:00pm

Changed to:

Date

14 May 2021

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: 7 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

5 May 2021

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)