Opportunity

Skin Cleansing and Disinfection

  • NHS Supply Chain

F02: Contract notice

Notice reference: 2021/S 000-006462

Published 30 March 2021, 12:56am



Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain

Skipton House, 80 London Road

London

SE1 6LH

Contact

Lisa-Marie Stead

Email

Lisa-Marie.Stead@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

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://nhssupplychain.app.jaggaer.com/web/login.html

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/web/login.html

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/

Tenders or requests to participate must be submitted to the following address:

DHL Supply Chain Ltd

Normanton

Contact

Lisa-Marie Stead

Email

lisa-marie.stead@supplychain.nhs.uk

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

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

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

Skin Cleansing and Disinfection

two.1.2) Main CPV code

  • 33000000 - Medical equipments, pharmaceuticals and personal care products

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Framework Agreement is for the supply of skin cleansing and disinfection products for patient use, including but not limited to patient cleansing wipes, patient cleansing and hygiene products, localised alcohol skin cleansing and decolonisation wipes, body cleansing and decolonisation products, biocides, and skin disinfection medicinal products.

The Framework Agreement will have an initial term of 36 months with an option to extend incrementally for up to a total period of 48 months.

It is anticipated that in the first 36 months of the Framework Agreement the value of purchases will be in the region of £70,600,000 GBP ex VAT. For the full 48 month term (if extended) the anticipated value is £94,750,000 GBP ex VAT. 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.

two.1.5) Estimated total value

Value excluding VAT: £94,750,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Patient Cleansing Wipes

Lot No

1

two.2.2) Additional CPV code(s)

  • 33141118 - Wipes
  • 33711430 - Disposable personal wipes
  • 33711500 - Skin-care products
  • 33741000 - Hand care products
  • 33741100 - Hand cleaner

two.2.3) Place of performance

NUTS codes
  • UKI4 - Inner London – East

two.2.4) Description of the procurement

This Lot is for wipes used for the personal hygiene and cleansing of patients of all ages including (but not limited to) hand, face, body and bed bath wipes.

There are two sub-categories under this Lot:

1) Sub-category A – Non-maceratable Wipes

This sub-category is for non-maceratable patient cleansing wipes, that are not disposed of in a macerator after use

2) Sub-category B – Maceratable Wipes

This sub-category is for patient cleansing wipes that are disposed of in a macerator after use

These will show as separate Lots in the eProcurement Portal but will be evaluated as Lot 1 Patient Cleansing Wipes.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £5,364,544

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

Duration in months

36

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: Yes

Description of options

This Framework Agreement will have the option to extend incrementally for up to 12 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 36 months of the Framework Agreement the value of purchases for this Lot will be circa £3,998,315 GBP ex VAT and for the full 48 month term (if extended) the anticipated value will be circa £5,364,544 GBP ex VAT.

two.2) Description

two.2.1) Title

Continence Wipes

Lot No

2

two.2.2) Additional CPV code(s)

  • 33141118 - Wipes
  • 33700000 - Personal care products
  • 33711430 - Disposable personal wipes
  • 33711500 - Skin-care products

two.2.3) Place of performance

NUTS codes
  • UKI4 - Inner London – East

two.2.4) Description of the procurement

This Lot is for continence wipes only used for patient personal hygiene.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £7,427,830

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

Duration in months

36

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: Yes

Description of options

This Framework Agreement will have the option to extend incrementally for up to 12 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 36 months of the Framework Agreement the value of purchases for this Lot will be circa £5,536,129 GBP ex VAT and for the full 48 month term (if extended) the anticipated value will be circa £7,427,830 GBP ex VAT

two.2) Description

two.2.1) Title

Patient Cleansing and Hygiene Products

Lot No

3

two.2.2) Additional CPV code(s)

  • 33700000 - Personal care products
  • 33711000 - Perfumes and toiletries
  • 33711500 - Skin-care products
  • 33711600 - Hair preparations and articles
  • 33711610 - Shampoos
  • 33711900 - Soap
  • 33741100 - Hand cleaner

two.2.3) Place of performance

NUTS codes
  • UKI4 - Inner London – East

two.2.4) Description of the procurement

This Lot is for non-wipe products used for patient cleansing and hygiene including (but not limited to) shampoo, shower gel, shampoo caps without medicinal properties, tablet soap, body wash, and baby bath.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,929,866

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

Duration in months

36

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: Yes

Description of options

This Framework Agreement will have the option to extend incrementally for up to 12 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 36 months of the Framework Agreement the value of purchases for this Lot will be circa £2,183,695 GBP ex VAT and for the full 48 month term (if extended) the anticipated value will be circa £2,929,866 GBP ex VAT.

two.2) Description

two.2.1) Title

Localised Alcohol Skin Cleansing and Decolonisation Wipes

Lot No

4

two.2.2) Additional CPV code(s)

  • 33141118 - Wipes
  • 33631600 - Antiseptics and disinfectants
  • 33711430 - Disposable personal wipes

two.2.3) Place of performance

NUTS codes
  • UKI4 - Inner London – East

two.2.4) Description of the procurement

This Lot is for products used for localised cleaning and decolonisation of skin including (but not limited to) alcohol wipes with chlorhexidine and alcohol swabs.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £3,998,649

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

Duration in months

36

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: Yes

Description of options

This Framework Agreement will have the option to extend incrementally for up to 12 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 36 months of the Framework Agreement the value of purchases for this Lot will be circa £2,980,283 GBP ex VAT and for the full 48 month term (if extended) the anticipated value will be circa £3,998,649 GBP ex VAT.

two.2) Description

two.2.1) Title

Body Cleansing and Decolonisation

Lot No

5

two.2.2) Additional CPV code(s)

  • 33631600 - Antiseptics and disinfectants
  • 33711600 - Hair preparations and articles
  • 33711610 - Shampoos
  • 33711700 - Articles and preparations for oral or dental hygiene
  • 33711740 - Mouthwash
  • 33741200 - Hand or body lotions

two.2.3) Place of performance

NUTS codes
  • UKI4 - Inner London – East

two.2.4) Description of the procurement

This Lot is for antimicrobial products used for the cleaning of patients’ hair and body, including products used for the decolonisation of patients’ skin and mucosa prior to procedure, including (but not limited to) wipes, shampoo caps, body wash, mouth wash, sponges, nasal gel and disinfectant solutions for general skin cleansing and decolonisation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £8,830,865

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

Duration in months

36

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: Yes

Description of options

This Framework Agreement will have the option to extend incrementally for up to 12 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 36 months of the Framework Agreement the value of purchases for this Lot will be circa £6,581,842 GBP ex VAT and for the full 48 month term (if extended) the anticipated value will be circa £8,830,865 GBP ex VAT.

two.2) Description

two.2.1) Title

Skin Disinfection (Medicinal Products)

Lot No

6

two.2.2) Additional CPV code(s)

  • 33141118 - Wipes
  • 33600000 - Pharmaceutical products
  • 33631600 - Antiseptics and disinfectants
  • 33690000 - Various medicinal products
  • 33711700 - Articles and preparations for oral or dental hygiene
  • 33711740 - Mouthwash

two.2.3) Place of performance

NUTS codes
  • UKI4 - Inner London – East

two.2.4) Description of the procurement

This Lot is for medicinal products and associated products only, used for the cleansing disinfection and decolonisation of a clinician’s and/or a patient’s skin including (but not limited to) surgical scrub solutions, surgical skin preparation products, mouth wash, and related dispensers.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £65,199,842

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

Duration in months

36

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: Yes

Description of options

This Framework Agreement will have the option to extend incrementally for up to 12 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 36 months of the Framework Agreement the value of purchases for this Lot will be circa £48,594,906 GBP ex VAT and for the full 48 month term (if extended) the anticipated value will be circa £65,199,842 GBP ex VAT.

two.2) Description

two.2.1) Title

Nursing Sundries

Lot No

7

two.2.2) Additional CPV code(s)

  • 33000000 - Medical equipments, pharmaceuticals and personal care products
  • 33600000 - Pharmaceutical products
  • 33690000 - Various medicinal products
  • 33700000 - Personal care products
  • 33711500 - Skin-care products
  • 33740000 - Hand and nails care products
  • 33741000 - Hand care products

two.2.3) Place of performance

NUTS codes
  • UKI4 - Inner London – East

two.2.4) Description of the procurement

This Lot is for skin cleansing and care nursing sundries not listed in Lots 1 to 6.

Products include (but are not limited to) nursing sundries, emollients, creams and liquids used in patient care such as protection creams, zinc and castor oil ointment, yellow soft paraffin, and nail varnish remover.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £969,744

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

Duration in months

36

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: Yes

Description of options

This Framework Agreement will have the option to extend incrementally for up to 12 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 36 months of the Framework Agreement the value of purchases for this Lot will be circa £722,772 GBP ex VAT and for the full 48 month term (if extended) the anticipated value will be circa £969,744 GBP ex VAT.


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

individual Lots across the Framework Agreement.

Applicants may bid for one, more than one or all of the Product Lines within the Lot 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/web/login.html 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: 50

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: 2019/S 054-123918

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

Date

29 April 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: 9 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

30 April 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 Help centre ' 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).