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
Magdalena Krolik
magdalena.krolik3@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/
Additional information can be obtained from another address:
NHS Supply Chain
Foxbridge Way
Normanton
WF6 1TL
Contact
Magdalena Krolik
magdalena.krolik3@supplychain.nhs.uk
Country
United Kingdom
NUTS code
UKE4 - West Yorkshire
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
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
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
Blood Collection Devices, Blood Lancets and Tourniquet
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
The scope of this Framework is to cover Blood Collection Sets, Blood Collection Needles (Safety and Standard) , Blood Culture Systems with Initial Specimen Diversion Device, Blood Culture Bottles, Blood Culture Packs, Blood Sample Tubes, Blood Gas Syringes, Support Products, Holders and Adapters, Urinalysis Collection & Analysis Products, Snap Caps, Blood Lancets & Lancet Systems, Single Use Tourniquets: Band Type, Button, Quick Release Pull Through types and Resuable Tourniquets and Vein Locators.
Precise quantities are unknown. It is anticipated that initial expenditure for this Framework will be circa £72,000,000 GBP in the first year of the this Framework Agreement. If the Framework Agreement is extended to the maximum duration, the anticipated expenditure will be circa £288,000,000.
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: £288,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
4
two.2) Description
two.2.1) Title
Blood Collection Devices
Lot No
1
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
- 33141300 - Venepuncture, blood sampling devices
- 33141500 - Haematological consumables
- 33141510 - Blood products
- 33194100 - Devices and instruments for infusion
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
Blood collection devices which include Blood Collection Sets, Blood Collection Needles (Safety and Standard) , Blood Culture Systems with Initial Specimen Diversion Device, Blood Culture Packs, Blood Sample Tubes, Blood Gas Syringes, Support Products, Holders and Adapters and Snap Caps.
two.2.5) Award criteria
Quality criterion - Name: Resilience / Weighting: 4%
Quality criterion - Name: Sustainability 2% / Weighting: 2%
Quality criterion - Name: Sales, Service and Quality / Weighting: 4%
Quality criterion - Name: Social Value / Weighting: 10%
Cost criterion - Name: Price / Weighting: 80%
two.2.6) Estimated value
Value excluding VAT: £244,000,000
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 with the option to extend up to a total duration 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
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure for this Framework will be circa £61,000,000 GBP in the first year of the 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.
two.2) Description
two.2.1) Title
Blood Lancets
Lot No
2
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
- 33141000 - Disposable non-chemical medical consumables and haematological consumables
- 33141900 - Blood lancets
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
Blood Lancets & Lancet Systems intended to be used by a healthcare provider to manually puncture the skin of a patient to obtain a small blood specimen or drain a cyst or boil. Precise quantities are unknown. It is anticipated that initial expenditure for this Framework will be circa £5,000,000 GBP in the first year of the 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.
two.2.5) Award criteria
Quality criterion - Name: Resilience / Weighting: 4%
Quality criterion - Name: Sustainability / Weighting: 2%
Quality criterion - Name: Sales, Service and Quality / Weighting: 4%
Quality criterion - Name: Social Value / Weighting: 10%
Cost criterion - Name: Price / Weighting: 80%
two.2.6) Estimated value
Value excluding VAT: £20,000,000
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 with the option to extend up to a total duration 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
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £5m 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.
two.2) Description
two.2.1) Title
Tourniquet
Lot No
3
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
- 33141000 - Disposable non-chemical medical consumables and haematological consumables
- 33141300 - Venepuncture, blood sampling devices
- 33141500 - Haematological consumables
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
Single Use Tourniquets: Band Type, Button, Quick Release Pull Through types and Resuable Tourniquets. These are band-like devices that are applied around an extremity (arm or leg) and connected to a tourniquet unit to apply a controlled pressure to restrict blood circulation and prevent normal blood flow to or from the distal area for use in the procedure of collect blood samples. Precise quantities are unknown. It is anticipated that initial expenditure for this Framework will be circa £5,000,000 GBP in the first year of the 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.
two.2.5) Award criteria
Quality criterion - Name: Resilience / Weighting: 4%
Quality criterion - Name: Sustainability / Weighting: 2%
Quality criterion - Name: Sales, Service and Quality / Weighting: 4%
Quality criterion - Name: Social Value / Weighting: 10%
Cost criterion - Name: Price / Weighting: 80%
two.2.6) Estimated value
Value excluding VAT: £20,000,000
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 with the option to extend up to a total duration 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
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £5m 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.
two.2) Description
two.2.1) Title
Vein Locators
Lot No
4
two.2.2) Additional CPV code(s)
- 33110000 - Imaging equipment for medical, dental and veterinary use
- 33140000 - Medical consumables
- 33141300 - Venepuncture, blood sampling devices
- 33141500 - Haematological consumables
- 33141510 - Blood products
- 33158500 - Infrared medical devices
- 33194100 - Devices and instruments for infusion
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
Vein locators which are electrically powered devices designed to help locate peripheral veins beneath the skin (subcutaneous) intended to illuminate the position of veins on the skin surface directly above the veins to assist a healthcare professional in finding a vein of the right size and position for venepuncture.
two.2.5) Award criteria
Quality criterion - Name: Social value / Weighting: 90%
Cost criterion - Name: Price / Weighting: 10%
two.2.6) Estimated value
Value excluding VAT: £4,000,000
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 with the option to extend up to a total duration 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
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £1m 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.
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 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.
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
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: 2023/S 000-020043
four.2.2) Time limit for receipt of tenders or requests to participate
Date
2 May 2024
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
3 May 2024
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 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_1258 Blood Collection Devices, Blood Lancets and Tourniquet
ITT_1259 - Lot 1 - Blood Collection Devices
ITT_1260 - Lot 2 - Blood Lancets
ITT_1261 - Lot 3 - Tourniquet
ITT_1262 - Lot 4 - Vein Locators
Please note: you must respond to IT_1258 In addition to any lots you intend to respond to.
— 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
Not applicable
Not applicable
Not applicable
Not applicable
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
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)