Tender

Obstetrics and Vinyl Pessaries

  • NHS Supply Chain

F02: Contract notice

Notice identifier: 2025/S 000-007017

Procurement identifier (OCID): ocds-h6vhtk-04e76b

Published 21 February 2025, 4:57pm



Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

Email

Steven.Barker2@supplychain.nhs.uk

Country

United Kingdom

Region 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/about/procurement

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

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

Obstetrics and Vinyl Pessaries

two.1.2) Main CPV code

  • 33140000 - Medical consumables

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Framework Agreement will look to include the following range of products - Cervical Ripening Device Balloon, Postpartum Haemorrhage Device Balloon, PVC Ring Pessaries and Assisted Delivery Foetal Head Disimpaction Balloon. Precise quantities are unknown.

It is anticipated that initial expenditure will be in the region of £3m to £3.6m 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 over the total Framework Agreement term (including any extension options) will be in the region of £12m to £14.4m.

However these are approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

two.1.5) Estimated total value

Value excluding VAT: £14,400,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI4 - Inner London – East

two.2.4) Description of the procurement

The following product ranges will be incldued in this tender:

Cervical Ripening Device Balloons

Postpartum Haemorrhage Device Balloons

PVC Ring Pessaries

Assisted Delivery Foetal Head Disimpaction Balloons

two.2.5) Award criteria

Quality criterion - Name: Operational and Supply Chain Arrangements / Weighting: 20

Quality criterion - Name: Customer Service, Support and Relationship Management / Weighting: 20

Quality criterion - Name: Contract Management and Performance / Weighting: 20

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 30

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: No

two.2.11) Information about options

Options: Yes

Description of options

This Framework Agreement will have the option to extend up to a total duration of no longer than 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


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.6 of this Contract Notice for further details in respect of appointment to the

Framework Agreement.

Applicants may bid for one or more product lines in the Commercial Envelope and 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.

The Framework Agreement will be between NHS Supply Chain and the Supplier.

NHS Supply Chain will be entitled to purchase the supplies and/or services identified below as Non-Direct

Contract Products which it will then 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.

For the supplies and/or services identified as Direct Contract Products below 1) NHS Supply Chain; 2) any

NHS Trust; 3) any other NHS entity; 4) any government department, agency or other statutory body and/or

5) any private sector entity active in the UK healthcare sector will be able to enter into a direct contract with the Supplier for any of the supplies and/or services under the Framework.

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

three.1.3) Technical and professional ability

List and brief description of selection criteria

Parent company or other guarantees may be required in certain circumstances. Further details will be in the tender documents.

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

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

Date

24 March 2025

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

25 March 2025

Local time

8:00am


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 eTendering 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 eTendering portal as follows:

Registration.

1. Use URL https://nhssupplychain.app.jaggaer.com// to access the NHS Supply Chain Procurement

portal.

2. If not yet registered: — Click on the ‘Not Registered Yet’ link to access the registration page. —

Complete the registration pages as guided by the mini guide found on the landing page.

Portal access.

If registration has been completed: — Login with URL https://nhssupplychain.app.jaggaer.com// . — Click on ITTs Open to All Suppliers. — Select from the following ITTs:

ITT_1634 - Obstetrics and Vinyl Pessaries

— Click on Express Interest. — If you intend to respond select Intend to Respond.

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

NHS Supply Chain

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

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)