Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
Shane.Murphy@supplychain.nhs.uk
Country
United Kingdom
Region 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
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://nhssupplychain.app.jaggaer.com/web/login.html
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/web/login.html
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
Infant Feeding and Associated Accessories
two.1.2) Main CPV code
- 33750000 - Baby care products
two.1.3) Type of contract
Supplies
two.1.4) Short description
he framework agreement will look to include the following range of products:
Infant Food and Formula - Infant formula ready to feed; infant formula powdered, Infant food for specialist medical purposes, infant meals, Sucrose solution, Sterilised water, Infant Feeding Equipment, Accessories and Post Pregnancy Products, Infant feeding bottles teats, cups, beakers and specialist feeders; breast pumps, collection sets and components; secure milk storage; accessories including infant soothers, sterilisers, bottle warmers, Nipple shields/Breast shields, Breast Shells, Nipple formers, Breast Pads, Thermo/Hydro Gel Pads, Nipple Cream, Infant feeding education and training resources
It is anticipated that initial expenditure will be in the region of £6,600,000 to £6,700,000 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. The estimated value over the total framework agreement term is £26,800,000.
two.1.5) Estimated total value
Value excluding VAT: £26,800,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Infant Food and Formula
Lot No
1
two.2.2) Additional CPV code(s)
- 15880000 - Special nutritional products
- 15884000 - Baby food
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Infant Food and Formula - Infant formula ready to feed; infant formula powdered; Infant food for specialist medical purposes; infant meals; Sucrose solution ;Sterilised water
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,800,000
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
It is anticipated that the Framework Agreement will have an initial term of 24 months with an option to extend for a further two period of 12 months each.
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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) Description
two.2.1) Title
Infant Feeding Equipment, Accessories and Post Pregnancy Products
Lot No
2
two.2.2) Additional CPV code(s)
- 33681000 - Teats, nipple shields and similar articles for babies
- 33692210 - Parenteral feeding solutions
- 33711770 - Infant soother, pacifier and dummy
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Baby bottles (disposable, reusable, with or without teats) tamper evident bottle caps, bottle sealing machines,, feeding cups, baby cups (single and double handled), beakers (single or dual handled),special needs feeder, weaning/training cup, teats (latex, latex-free, silicone and specialist variants), soothers/pacifiers (latex, latex-free, silicone and specialist variants), sterilisers (electric and microwave), steriliser bags, breast pumps (single and double, manual and electric variants), sterile milk collection systems, nipple shields and shells, breast/nipple creams, breast/nursing pads and shells, soothing pads, thermo/hydro gel pads, breast pump accessories and replacement parts.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £20,300,000
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
It is anticipated that the Framework Agreement will have an initial term of 24 months with an option to extend for a further two period of 12 months each.
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
30 May 2023
Local time
11:59am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
30 May 2023
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Through continued market engagement, we recognise the need to review the Framework Agreement to reflect market changes to ensure that the NHS has access to the latest products and technologies .
We also recognised that there could be issues with supply over the term of the Framework Agreement.
We are, therefore, proposing that as part of the two 12 month extensions of the Framework Agreement for all Lots outlined within the ITT allows for reopening of Framework Agreement to allow any supplier (existing or new supplier) the opportunity to propose product innovations and development ideas that is made available on the market. This will be done through the range extension process only, this is to ensure that we can offer the latest products and associated technologies available to the NHS.
These specifications have been developed to support the inclusion of product and/or technology which was not available at the time of the original tender.
In relation to issues with supply (Supplier Resilience) of any of the product lines under any lot, we are also proposing the ability to reopen the Framework Agreement at any point during the term of the Framework Agreement.
In an event where we identify that an existing supplier is unable to supply a particular product line (in any of the lots) to the participating authorities at any point during the term of the Framework Agreement, that they were originally awarded, we will have the ability to reopen the Framework Agreement in order to appoint a new supplier onto the Framework Agreement to provide such a product line. If existing suppliers are able to provide that particular product line, we will also have the right to reopen the Framework Agreement.
As an awarded supplier, to one or more of these Lots, you will be consulted on any changes or additions proposed via innovation/development as well as any issues in regards to any Supplier Resilience. You will also be given the opportunity to also propose any product innovation or development and/or whether you have the availability to supply the products in an event that another existing supplier is unable to supply such a product line.
In both instances of reopening the Framework Agreement (Product Innovation/development and Supplier Resilience) we will ensure that we will notify the market in line with the relevant advertising requirements at the time and via our eProcurement Platform.
New suppliers and existing suppliers who propose or offer innovation/development or where there is a Supplier Resilience issue in any of the product lines within a Lot will have to meet specified requirements which include, and are not limited to, passing the product innovation MedTech Mandation route (if a product innovation/development proposal), adhering to the product specification and industry standards, ability to provide product support, and financial requirements before appointment to a Framework Agreement.
If the Supplier or new supplier is successful in meeting the requirements then that supplier will be awarded a contract under the Framework Agreement either under the new Lot 3 – for any product Innovation/development or under the Lot in which the Supplier Resilience has occurred and not any other Lot.
six.4) Procedures for review
six.4.1) Review body
NHS Supply Chain
London
Country
United Kingdom