- Scope of the procurement
- Lot 1. Adult Disposable Continence with Integral fixation
- Lot 2. Adult Disposable Continence pads for use with fixation pants
- Lot 3. Fixation Pants (SPU) for use with disposable pads
- Lot 4. Paediatric Disposable Continence Products
- Lot 5. Disposable Accessory Products
- Lot 6. Adult Washable Continence Products
- Lot 7. Paediatric Washable Continence Products
- Lot 8. Washable Accessory Products
- Lot 9. Sensor Technology
Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
Contact
Nicola McDonnell
Nicola.McDonnell2@supplychain.nhs.uk
Country
United Kingdom
Region 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
Additional information can be obtained from 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
Disposable and Washable Continence Care and Associated Products
two.1.2) Main CPV code
- 33751000 - Disposable nappies
two.1.3) Type of contract
Supplies
two.1.4) Short description
The precise quantities of the products that will be required by NHS Supply Chain under the terms of this Framework Agreement are unknown at the date of this notice. However, it is anticipated that initial expenditure will be approximately £83,705,000 in the first year of the Framework Agreement (such values may vary depending on the requirements of those bodies purchasing under the Framework Agreement). The estimated value over the total Framework Agreement term of four years is in the region of £334,820,000 excluding VAT.
These are approximates only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.
two.1.6) Information about lots
This contract is divided into lots: Yes
Maximum number of lots that may be awarded to one tenderer: 9
two.2) Description
two.2.1) Title
Adult Disposable Continence with Integral fixation
Lot No
1
two.2.2) Additional CPV code(s)
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 33141000 - Disposable non-chemical medical consumables and haematological consumables
- 33141621 - Incontinence kit
- 33700000 - Personal care products
- 33751000 - Disposable nappies
- 85142400 - Home delivery of incontinence products
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
Adult disposable continence with integral fixation consists of the following sub lots:
• Pull Ups
• All In Ones
• Belted
As evidence of compliance to the specification, applicants maybe required to submit ward ready samples for each tendered product.
Please note, product testing may be used at any point during the tender process and throughout the life of the framework agreement.
two.2.14) Additional information
The route to market for our customers via NHS Supply Chain supports Hospitals and community
The estimated value of this LOT is£37,440,000 in the first year and £149,760,000 over the total Framework Agreement term of four years (Ex Vat) however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.
two.2) Description
two.2.1) Title
Adult Disposable Continence pads for use with fixation pants
Lot No
2
two.2.2) Additional CPV code(s)
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 33141000 - Disposable non-chemical medical consumables and haematological consumables
- 33141621 - Incontinence kit
- 33700000 - Personal care products
- 33751000 - Disposable nappies
- 85142400 - Home delivery of incontinence products
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
Adult disposable continence pads for use with fixation pants
• Shaped (Including male)
• Rectangular and inserts
• Faecal
As evidence of compliance to the specification, applicants maybe required to submit ward ready samples for each tendered product.
Please note, product testing may be used at any point during the tender process and throughout the life of theframework agreement."
two.2.14) Additional information
The route to market for our customers via NHS Supply Chain supports Hospitals and community
The estimated value of this LOT is £34,020,000 in the first year and £136,080,000 over the total Framework Agreement term of four years (Ex Vat) however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.
two.2) Description
two.2.1) Title
Fixation Pants (SPU) for use with disposable pads
Lot No
3
two.2.2) Additional CPV code(s)
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 33141000 - Disposable non-chemical medical consumables and haematological consumables
- 33141621 - Incontinence kit
- 33700000 - Personal care products
- 33751000 - Disposable nappies
- 85142400 - Home delivery of incontinence products
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
Fixation Pants (SPU) for use with disposable pads
• Fixation Pants Basic
• Fixation Pants Comfort
As evidence of compliance to the specification, applicants maybe required to submit ward ready samples for each tendered product.
Please note, product testing may be used at any point during the tender process and throughout the life of theframework agreement.
two.2.14) Additional information
The estimated value of this LOT is £3,960,000 in the first year and £15,840,000 over the total Framework Agreement term of four years (Ex Vat) however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.
The route to market for our customers via NHS Supply Chain supports Hospitals and community
two.2) Description
two.2.1) Title
Paediatric Disposable Continence Products
Lot No
4
two.2.2) Additional CPV code(s)
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 33141000 - Disposable non-chemical medical consumables and haematological consumables
- 33141621 - Incontinence kit
- 33700000 - Personal care products
- 33751000 - Disposable nappies
- 85142400 - Home delivery of incontinence products
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
Disposable Accessory Products
• Procedure Pads
• Sheets
As evidence of compliance to the specification, applicants maybe required to submit ward ready samples for each tendered product.
Please note, product testing may be used at any point during the tender process and throughout the life of theframework agreement.
two.2.14) Additional information
The route to market for our customers via NHS Supply Chain supports Hospitals and community
The estimated value of this LOT is £1,760,000 in the first year and £7,040,000 over the total Framework Agreement term of four years (Ex Vat) however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.
two.2) Description
two.2.1) Title
Disposable Accessory Products
Lot No
5
two.2.2) Additional CPV code(s)
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 33141000 - Disposable non-chemical medical consumables and haematological consumables
- 33141621 - Incontinence kit
- 33700000 - Personal care products
- 33751000 - Disposable nappies
- 85142400 - Home delivery of incontinence products
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
Disposable Accessory Products
• Procedure Pads
• Sheets
As evidence of compliance to the specification, applicants maybe required to submit ward ready samples for each tendered product.
Please note, product testing may be used at any point during the tender process and throughout the life of the framework agreement.
two.2.14) Additional information
The route to market for our customers via NHS Supply Chain supports Hospitals and community
The estimated value of this LOT is £6,190,000 in the first year and £24,760,000 over the total Framework Agreement term of four years (Ex Vat) however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.
two.2) Description
two.2.1) Title
Adult Washable Continence Products
Lot No
6
two.2.2) Additional CPV code(s)
- 18310000 - Underwear
- 18400000 - Special clothing and accessories
- 85142400 - Home delivery of incontinence products
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
Adult Washable Continence Products
• Adult Washable Underwear
• Adult Washable Swimwear
As evidence of compliance to the specification, applicants maybe required to submit ward ready samples for each tendered product.
Please note, product testing may be used at any point during the tender process and throughout the life of the framework agreement.
two.2.14) Additional information
The route to market for our customers via NHS Supply Chain supports Hospitals and community
The estimated value across LOT 6, 7 & 8 is £335,000 in the first year and £1,340,000 over the total Framework Agreement term of four years (Ex Vat) however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.
two.2) Description
two.2.1) Title
Paediatric Washable Continence Products
Lot No
7
two.2.2) Additional CPV code(s)
- 18310000 - Underwear
- 18400000 - Special clothing and accessories
- 85142400 - Home delivery of incontinence products
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
Adult Washable Continence Products
• Adult Washable Underwear
• Adult Washable Swimwear
As evidence of compliance to the specification, applicants maybe required to submit ward ready samples for each tendered product.
Please note, product testing may be used at any point during the tender process and throughout the life of the framework agreement.
two.2.14) Additional information
The route to market for our customers via NHS Supply Chain supports Hospitals and community
The estimated value across LOT 6, 7 & 8 is £335,000 in the first year and £1,340,000 over the total Framework Agreement term of four years (Ex Vat) however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.
two.2) Description
two.2.1) Title
Washable Accessory Products
Lot No
8
two.2.2) Additional CPV code(s)
- 18310000 - Underwear
- 18400000 - Special clothing and accessories
- 85142400 - Home delivery of incontinence products
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
Washable Accessory Products
• Washable Accessories
As evidence of compliance to the specification, applicants maybe required to submit ward ready samples for each tendered product.
Please note, product testing may be used at any point during the tender process and throughout the life of the framework agreement.
two.2.14) Additional information
The route to market for our customers via NHS Supply Chain supports Hospitals and community
The estimated value across LOT 6, 7 & 8 is £335,000 in the first year and £1,340,000 over the total Framework Agreement term of four years (Ex Vat) however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.
two.2) Description
two.2.1) Title
Sensor Technology
Lot No
9
two.2.2) Additional CPV code(s)
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 33141000 - Disposable non-chemical medical consumables and haematological consumables
- 33141621 - Incontinence kit
- 33700000 - Personal care products
- 33751000 - Disposable nappies
- 85142400 - Home delivery of incontinence products
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
Sensor Technology
• Senor pads
• Sensor Strip
• Accessories
As evidence of compliance to the specification, applicants maybe required to submit ward ready samples for each tendered product.
Please note, product testing may be used at any point during the tender process and throughout the life of the framework agreement.
two.2.14) Additional information
The route to market for our customers via NHS Supply Chain supports Hospitals and community
There are no estimated spend figures on this LOT at present as this is a new product not currently sold via NHS Supply Chain
two.3) Estimated date of publication of contract notice
1 September 2024
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
The purpose of this notice is to draw attention to a procurement that NHS Supply Chain intends to commence during the subsequent 12 months. The invitation to tender will be the subject of a separate notice and it is that notice to which potential suppliers will need to respond at the appropriate time.
NHS Supply Chain is currently considering the use of Lots for this procurement. However, it reserves the right not to as part of any future tender process. Further information in respect of the Lot strategy will be set out in the notice for the forthcoming procurement.
The following certification will be a requirement of the upcoming tender exercise and Applicants may be required to include evidence of this within their tender submission:
- ISO 9001: 2015 accredited by the United Kingdom Accreditation Service (or equivalent) to cover all segments of the Applicant’s and the product’s supply chain. This should include, but not be limited to, manufacturing, storage and distribution. If Quality Assurance Standard certificates are not in the name of the Applicant then the Applicant must supply a copy of agreements setting out the authority and responsibilities of all parties in the supply chain.
- Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to d-Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable).
- MHRA registration of any medical devices, in compliance with the Medical Devices Regulations 2022 (SI 2022 No 618, as amended) (UK MDR 2022).
- The Insurance set out below, acceptable evidence of which should be an Insurance Certificate or a signed Broker’s letter.
> Employers liability Insurance cover of £5m per claim in the name of the Applicant
> Public Liability Insurance cover of £5m per claim in the name of the Applicant
> Product Liability Insurance cover of £5m in the name of the Applicant
NHS Supply Chain will assess the Applicant’s economic and financial standing (or that of the entity or entities the Applicant is relying upon). Documentary evidence of this will be required at tender stage.
All Applicants for this future tender must have a compliant Carbon Reduction Plan to be considered for the Framework Agreement (PPN 06/21).
This future Framework Agreement will include some qualitative evaluation questions on Social Value with a minimum weighting of 10% towards the award (PPN 06/20).
All Applicants bidding to be on any NHS Supply Chain Frameworks must submit an Evergreen Assessment as part of the tendering process. This must be completed annually, and the maturity score will be valid for 12 months.
https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/
As a minimum (and further requirements may be set out in the tender documents), Applicants are required to have a Modern Slavery Assessment (MSAT) completed within 12 months of the future tender close date (PPN 02/23).
As part of its pre-tender strategy, NHS Supply Chain anticipates engaging with suppliers of these products via an expression of interest and a Request for Information (RFI). Please follow the guidance below:
PORTAL ACCESS
- Login with URL https://nhssupplychain.app.jaggaer.com//
- Click on “SQs Open to All Suppliers”.
EXPRESSION OF INTEREST
- Find “SQ_531 Disposable and Washable Continence Care” and click on the blue text.
- Click on the ‘EXPRESS INTEREST’ button in the top right corner.
RFI
- The Request for Information Document will be available in the Qualification envelope and attachments tab. The closing date for responses to the RFI will be indicated here.
- Responses to the RFI should be returned as an attachment to a message in the SQ.