Opportunity

Combined Safety Syringes and Needles for COVID-19 Vaccination Programme - Morbidly Obese Requirement

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

F02: Contract notice

Notice reference: 2021/S 000-012384

Published 2 June 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

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

Skipton House, 80 London Road

London

SE1 6LH

Email

sukhy.rai@supplychain.nhs.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-of-health

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://www.nhssupplychain.app.jaggaer.com/

Additional information can be obtained from another address:

DHL Supply Chain Limited

Foxbridge Way

Normanton

WF6 1TL

Email

sukhy.rai@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

Tenders or requests to participate must be submitted electronically via

https://www.nhssupplychain.app.jaggaer.com/

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

Combined Safety Syringes and Needles for COVID-19 Vaccination Programme - Morbidly Obese Requirement

two.1.2) Main CPV code

  • 33141320 - Medical needles

two.1.3) Type of contract

Supplies

two.1.4) Short description

Public Health England (PHE) and Supply Chain Coordination Limited (SCCL) wish to procure a stockpile of products to be distributed for future vaccines in relation to the COVID-19 Vaccination Programme.

Product to be procured is as follows:

Safety Hypodermic needle and syringe 25G or 23G x 38mm (1.5 inch) with 1ml polypropylene barrel syringe with graduations at 0.1ml and markers at least at 0.05ml with contained needle and no more than 35 microlitres of dead volume.

two.1.5) Estimated total value

Value excluding VAT: £21,800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The procurement for Syringes and Needles is for the administration of future pandemic vaccine candidates that are not yet available, but form part of the UK's overall vaccine programme. These products will be distributed by Public Health England.

The Supplier(s) awarded to this Contract will be required to deliver the required volume of the awarded products as stated within the tender documents to prescribed Movianto UK (or other nominated) Depots.

It is anticipated that the following volumes will be required:

Product volume requirement for morbidly obese (longer needle) is 7,800,000 eaches (2,250,000 x3 deliveries) split across 60% and 40% awarded volume.

Applicants will be required to submit samples in the form of 1 x UOS of Ward Ready Products (“products for verification”) for each product bid against the evaluated Product Line(s) by mid June 2021.

NHS Supply Chain anticipates appointing the highest scoring Applicant who meet the minimum requirements, which are set out in the tender documents to the relevant Product Line.

Applicants may bid for one or more Product Lines, however it should be noted that where they are the highest scoring Applicant for the 60% volume line their offer for the associated 40% volume line, if bid, will not be considered for evaluation. However, NHS Supply Chain reserves the right to to award the full 100% volume to one Applicant in the event no other compliant bids are received.

Please refer to the tender documents for further information in respect of the Award.

two.2.5) Award criteria

Price

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

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: No

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.1.1) 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.2.4 of this Contract Notice for further details in respect of appointment to the Contract.

Applicants should refer to the Invitation to Tender for more information in respect of this.

The term of the Contract formed may continue beyond the end of the term of the Contract itself.

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 Contract as set out in the delivery schedule, summarised below.

The Supplier(s) awarded to this Contract will be required to deliver the required volume of the awarded products as stated within the tender documents to prescribed Movianto UK (or other nominated) Depots on or before August, September, October, November and December 2021.

Total product volume requirement for morbidly obese (longer needle) is 7,800,000 eaches

Further detail can be found within the Delivery Schedule included in the tender documents.

Electronic ordering will be used and electronic invoicing will be accepted and electronic payment will be used.

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

List and brief description of selection criteria

Parent company or other guarantees may be required in certain circumstances.

three.1.3) Technical and professional ability

List and brief description of selection criteria

The Contracting Authority reserves the right to require groupings of entities to take a particular form, or to require 1 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 Contract 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.1.8) 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: 2021/S 000-011022

four.2.2) Time limit for receipt of tenders or requests to participate

Date

22 June 2021

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

22 June 2021

Local time

3:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The products which form this Procurement exercise are required urgently to support the COVID 19 Vaccination Programmes, as such the time limit for responses to this tender have been reduced under Regulation 27(5) of The Public Contracts Regulations 2015.

Submission of expression of interest and procurement specific information:

This procurement exercise will be conducted on the NHS Supply Chain eProcurement 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 eProcurement portal using the URL

https://nhssupplychain.app.jaggaer.com/ to access the portal.

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

N/A

N/A

Country

United Kingdom