Future opportunity

Single Use PPE and Medical Protective Consumables

  • Collaborative Procurement Partnership LLP (CPP LLP) acting on behalf of Supply Chain Coordination Ltd. Supply Chain Coordination Limited (SCCL) is a company Registered in England and Wales, with company number 10881715, Registered office address: Skipton House, 80 London Road, London, UK

F01: Prior information notice (prior information only)

Notice reference: 2021/S 000-007480

Published 9 April 2021, 10:55pm



Section one: Contracting authority

one.1) Name and addresses

Collaborative Procurement Partnership LLP (CPP LLP) acting on behalf of Supply Chain Coordination Ltd. Supply Chain Coordination Limited (SCCL) is a company Registered in England and Wales, with company number 10881715, Registered office address: Skipton House, 80 London Road, London, UK

Skipton House, 80 London Road

London

SE1 6LH

Email

CPPT2ProcurementTeam@supplychain.nhs.uk

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

https://www.supplychain.nhs.uk/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Additional information can be obtained from the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Single Use PPE and Medical Protective Consumables

two.1.2) Main CPV code

  • 33100000 - Medical equipments

two.1.3) Type of contract

Supplies

two.1.4) Short description

This is a Prior Information Notice (PIN) and not a call for competition, in advance of the procurement of a multi-supplier framework agreement for the supply of Single Use PPE and Medical Protective Consumables. The scope of requirements includes but is not limited to the following products designed to protect both clinicians, staff and patients from cross-contamination: single use gowns, drapes, respirators, face masks, eye protection, headwear, overshoes and other relevant medical protective wear. The products in this category are part of a mega-category; sterile intervention equipment and associated consumables which covers both medical equipment and commodity type products used in operating theatres, day surgery in acute / foundation trusts and community settings.

two.1.5) Estimated total value

Value excluding VAT: £5,000,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Maximum number of lots that may be awarded to one tenderer: 7

two.2) Description

two.2.1) Title

Single Use Sterile Surgical Gowns

Lot No

1

two.2.2) Additional CPV code(s)

  • 18143000 - Protective gear
  • 33140000 - Medical consumables
  • 33199000 - Medical clothing

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

This Lot comprises of surgical gowns these are Standard Lite, Standard, Standard high performance, Reinforced, Zone Impervious, Fully Impervious and must meet BS EN 13795-1:2019 or equivalent standard.

Sterile gowns are Intended to minimise the transfer of infective agents between patient and healthcare staff during surgical and other invasive procedures. The use of surgical gowns with resistance to the penetration of fluids can also reduce the risk to healthcare staff from infective agents carried in blood or body fluids

two.2) Description

two.2.1) Title

Single Use Non-Sterile Gowns

Lot No

2

two.2.2) Additional CPV code(s)

  • 18143000 - Protective gear
  • 33140000 - Medical consumables
  • 33199000 - Medical clothing

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

This Lot comprises of non-sterile gowns such as isolation gowns and patient gowns. Any non-sterile gown under this lot must meet BS EN 13795:2019 or equivalent standard.

An Isolation gown is worn as part of the PPE and is a non-sterile gown designed to protect the healthcare worker from infective agents carried in blood or body fluids of patients.

A patient gown is worn to protect the modesty of a patient whilst having a medical or surgical procedure or examination. These gowns must be opaque to maintain the dignity of the patient.

two.2) Description

two.2.1) Title

Single Use Patient and Equipment Drapes

Lot No

3

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables
  • 39515200 - Drapes
  • 39518100 - Operating-theatre drapes
  • 39518200 - Operating-theatre sheets

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

This Lot comprises of surgical patient and equipment drapes and must meet BS EN 13795:2019 or equivalent standard.

A patient drape is defined as a medical device which covers the patient creating a sterile field around the surgical site and which acts as a barrier to prevent the risk of surgical site infection. An equipment drape is defined as a medical device which is used to cover non-sterile equipment for use in the sterile field.

Design features on drapes, enable easy and efficient draping by one person, often specific to the needs of a particular surgery with adaptions for tubing, instruments and even the change of patient position, along with skin adhesives as appropriate, also includes equipment drapes which maintain the sterile field in surgery, differentiate the market offers and ensure greater stakeholder interest.

two.2) Description

two.2.1) Title

Single Use Respirators and Fit Testing Solutions

Lot No

4

two.2.2) Additional CPV code(s)

  • 18143000 - Protective gear
  • 33140000 - Medical consumables

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

This Lot comprises of single use respirators and fit testing solutions.

FFP respirators must meet BS EN 149:2001+A1:2009 or equivalent, the European standard on FFP mask requirements and test methods. FFP masks are Personal Protective Equipment designed to protect against particulates, infectious agents or pollutants in the form of aerosols, droplets, or small solid particles.

FFP3 masks provide 99% filtering efficiency whilst FFP2 masks provide 94% filtering efficiency.

Fit test kits and solutions are products to aid the fit testing of FFP masks. These products can be provided as a kit or standalone solutions.

two.2) Description

two.2.1) Title

Single Use Surgical Face Masks Type II & Type IIR

Lot No

5

two.2.2) Additional CPV code(s)

  • 18143000 - Protective gear
  • 33140000 - Medical consumables

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

This Lot comprises of surgical masks and must meet EN 14683:2019 or equivalent, the European standard on surgical mask requirements and test methods. The main intended use of medical face masks is to minimise transfer of infectious agents (germs) by large particle droplets between healthcare staff and a patient during surgical procedures and other medical/healthcare settings with similar requirements (in the case of Type II masks). Additionally, in certain circumstances it is intended to protect the wearer against splashes of potentially contaminated liquids (in the case of Type IIR masks). These can be standalone masks or with a built-in visor.

two.2) Description

two.2.1) Title

Single Use Eye Protection

Lot No

6

two.2.2) Additional CPV code(s)

  • 18100000 - Occupational clothing, special workwear and accessories
  • 18142000 - Safety visors
  • 18143000 - Protective gear
  • 18443500 - Visors
  • 18444000 - Protective headgear
  • 33140000 - Medical consumables
  • 33734000 - Spectacles
  • 33735000 - Goggles

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

This Lot comprises of single use eye protection such as goggles/glasses and face shields/visor and must meet EN166:2002 or equivalent.

Goggles/glasses are made with a flexible plastic frame and one or two lenses with a flexible elastic headband. Some can be worn with prescription glasses. Goggles/glasses give the eyes protection from all angles as the complete rim is in contact with the face. Goggles/glasses provide barrier protection to the eyes against exposure to liquid droplets and splashes. Glasses can be provided as single units or in 2 parts.

Face shields/visors have one large lens with a frame and adjustable head harness or are mounted on a helmet. Most can be worn with prescription glasses. They provide barrier protection against liquid splashes to the face but do not fully enclose the eyes.

two.2) Description

two.2.1) Title

Single Use Protective Wear

Lot No

7

two.2.2) Additional CPV code(s)

  • 18100000 - Occupational clothing, special workwear and accessories
  • 18114000 - Coveralls
  • 18143000 - Protective gear
  • 18441000 - Hats
  • 18443000 - Headgear and headgear accessories
  • 18444000 - Protective headgear
  • 33140000 - Medical consumables
  • 33199000 - Medical clothing

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

This Lot comprises of theatre headwear, beard covers, overshoes, scrub suits and coveralls.

Theatre headwear is worn to cover the head and hair, providing a barrier to minimise the direct transmission of contaminants into the surgical site.

Beard covers are worn to cover facial hair, providing a barrier to minimise the direct transmission of contaminants into the surgical site.

Overshoes and Over boots are designed to cover footwear, providing a barrier to minimise the direct transmission of contaminants into a designated clean area.

Disposable scrub suits are mainly intended to provide a clean barrier in sterile environments and other clinical treatment environments and must meet BS EN 13795:2019 or equivalent.

Coveralls/protective suits must be designed to cover the whole body except for the hands, feet and face area, providing a barrier to airborne and fluid-borne contaminants and pathogens.

Type 4B must meet BS EN 14605:2005 + A1:2009 and class 6 of BS EN 14126:2003 or equivalent

Type 5B must meet BS EN ISO 13982-1:2004+A1:2010 or equivalent

Type 6B must meet BS EN 13034:2005 + A1:2009 and at least Class 2 of BS EN 14126:2003 or equivalent

Thumb looped aprons are used for tasks where fully impervious non-sterile protection is needed and must meet BS EN 13795:2019 or equivalent.

Warm up jackets are worn to keep the wearer warm whilst in an air-conditioned environment.

Warm up jackets are non-sterile and must meet BS EN 13795:2019 or equivalent.

two.3) Estimated date of publication of contract notice

14 May 2021


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

This is a Prior Information Notice only. Collaborative Procurement Partnership LLP (CPP LLP) acting on behalf of Supply Chain Coordination Ltd (SCCL) are conducting this tender exercise and will execute the resultant framework agreement with successful bidders.

Collaborative Procurement Partnership LLP (CPP LLP) acting on behalf of Supply Chain Coordination Ltd (SCCL) is seeking supplier engagement to further assist of the procurement and overall solution. To register an expression of interest for this tender opportunity please register on the Jaggaer eProcurement Portal https://nhssupplychain.app.jaggaer.com/. The deadline for expression of interest for the supplier engagement will be 23rd April 2021. The supplier engagement will take place in the form of MS Team calls and will be arranged at a convenient time with the supplier and CPP LLP Category Team. Supplier engagement will be carried out in accordance with Regulation 40 and 41 of the Public Contract Regulations 2015. It is anticipated that the tender documents and Contract Notice will be published towards the end of May 2021.

Duration of this framework agreement will be between 2 and 4 years.