Planning

Medical Chart Paper & Ultrasound Film

  • NHS Supply Chain Operated by DHL Supply Chain Limited acting as agent of Supply Chain Coordination Ltd (SCCL)

F01: Prior information notice (prior information only)

Notice identifier: 2022/S 000-010998

Procurement identifier (OCID): ocds-h6vhtk-033193

Published 28 April 2022, 4:25pm



Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain Operated by DHL Supply Chain Limited acting as agent of Supply Chain Coordination Ltd (SCCL)

Skipton House, 80 London Road

London

SE1 6LH

Contact

Michael Duker Hanson

Email

Michael.DukerHanson@supplychain.nhs.uk

Telephone

+44 7816373221

Fax

+44 1924328744

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

Additional information can be obtained from another address:

NHS Supply Chain Limited

Foxbridge Way

Normanton

WF6 1TL

Contact

Michael Duker Hanson

Email

Michael.DukerHanson@supplychain.nhs.uk

Telephone

+44 7816373222

Fax

+44 1924328744

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

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

Medical Chart Paper & Ultrasound Film

two.1.2) Main CPV code

  • 30199330 - Continuous paper for computer printers

two.1.3) Type of contract

Supplies

two.1.4) Short description

Medical chart and recording paper which includes but may not be limited to; recording paper for electrocardiography (ECG) foetal cardiotocography (CTG) defibrillation pulmonary stress test and ultrasound. Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of 954,400 GBP 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 maximum 4 year Framework Agreement term is 3,817,600 GBP. This is approximate only.

two.1.5) Estimated total value

Value excluding VAT: £3,817,600

two.1.6) Information about lots

This contract is divided into lots: Yes

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Medical Chart & Recording Paper (Inc ECG & Stress Testing) & Related Consumables

Lot No

1

two.2.2) Additional CPV code(s)

  • 30199300 - Embossed or perforated paper
  • 30199310 - Embossed or perforated printing paper
  • 33198000 - Hospital paper articles

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

The products within this Lot are - Medical chart paper for use with proprietary equipment to record the output from patients undergoing various diagnostic tests including Cardiotocography (CTG), Electrocardiogram (ECG), Optical, Foetal, Pulmonary, and Respiratory monitoring and Stress Tests, Oscillometry and Refrigeration.

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £468,000 and £756,000 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

Ultrasound Recording paper & Related Accessories

Lot No

2

two.2.2) Additional CPV code(s)

  • 22990000 - Newsprint, handmade paper and other uncoated paper or paperboard for graphic purposes
  • 22993000 - Photosensitive, heat-sensitive or thermographic paper and paperboard
  • 22993100 - Photosensitive paper or paperboard
  • 22993200 - Heat-sensitive paper or paperboard
  • 22993300 - Thermographic paper or paperboard
  • 37823400 - Transparent or translucent paper

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

The products within this Lot are - Ultrasound film and paper for use with proprietary equipment to print out ultrasound scans.

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £486,000 to £725,000 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.3) Estimated date of publication of contract notice

30 November 2022


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 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 or equivalent externally accredited and up-to-date quality standard certificate(s) to cover all segments of the Applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage, distribution and customer service. Further information in respect of certification requirements will be set out in the notice for the forthcoming procurement. If such 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 and provide evidence of ISO9001:2015 or equivalent for all relevant parties in the supply chain.

- Public Liability Insurance cover of £5m per claim in the name of the Applicant

- Product Liability Insurance cover in the name of the Applicant of £5m per claim or £5m per claim and in the annual aggregate

- Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable)

If an Applicant commits to obtain ISO9001:2015 or equivalent quality standard certificate, Public Liability Insurance or Product Liability Insurance certification at the time of their tender submission then the requirement is that such certification is in place prior to the commencement date of the framework agreement (in order for NHS Supply Chain to place orders with the successful Applicant).

Compliance with UK Timber Procurement Policy 2013 is required for all paper lots within this tender.

This requires documentary evidence at tender submission to be provided to ensure suppliers are sourcing paper from legal and sustainable sources. More information will be provided in the ITT about what evidence will be required to be submitted with your bid.

For more information on UK Timber Procurement Policy, please see: https://www.gov.uk/guidance/timber-procurement-policy-tpp-prove-legality-and-sustainablity

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.

The NHS adopted PPN 06/20 (taking account of Social Value in the award of Government Contracts) from April 2022. As such all NHS SC Contracts going out to market after this date will include Social Value weighting.

Therefore the future Framework Agreement for Medical Chart Paper will include some qualitative evaluation questions on Social Value with a minimum weighting of 10% towards the award.

For more information on Social Value and to understand what’s included in Social Value, please see: https://www.gov.uk/government/publications/procurement-policy-note-0620-taking-account-of-social-value-in-the-award-of-central-government-contracts

The Framework Agreement between NHS Supply Chain and successful suppliers will reserve the right to purchase the same or similar supplies and/or services from suppliers not appointed to the Framework Agreement at its sole discretion.