Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
Country
United Kingdom
NUTS code
UKI4 - Inner London – East
Internet address(es)
Main address
https://nhssupplychain.app.jaggaer.com/web/login.html
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/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
Medical Hollowware 2025
two.1.2) Main CPV code
- 33140000 - Medical consumables
two.1.3) Type of contract
Supplies
two.1.4) Short description
NHS Supply Chain seeks to establish a Framework Agreement which will cover a range of Medical Hollowware products for both single use and reusable, including, but not limited to, bed pans/urinals, medicine pots (including gallipots & denture pots), jugs, medicine spoons, instrument trays, kidney dishes, lotion bowls and wash bowls. The estimated value over the total Framework Agreement term is expected to be in the region of £4,434,712 (ex VAT) however this is approximate only. It is anticipated that in the first 12 months of the Framework Agreement the value of purchases will be circa £881,533 (ex VAT) however this is approximate only. The figures for the total estimated value are based on that initial expenditure and include a forecast for growth.
two.1.5) Estimated total value
Value excluding VAT: £4,434,712
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
Disposable Patient Hollowware
Lot No
1
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Lot will cover a range of reusable medical hollowware products including, but not limited to, bedpans/urinals, medicine pots (including gallipots & denture pots), jugs, medicine spoons, kidney dishes, lotion bowls and wash bowls. For single use or disposable items, we are interested in hearing from suppliers as to how to reduce the environmental impact of these products, either through incorporation of more sustainable ALTERNATIVE MATERIALS (recycled content) or alternative materials with a lower impact (such as sugar cane).
Precise quantities are unknown. It is anticipated that initial expenditure will be £527,493 (ex VAT) 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 expected to be in the region of £2,141,836 (ex VAT) however this is approximate only.
The following certification will be a requirement of the upcoming tender exercise and applicants may be required to include evidence of this with 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, covering manufacturing, storage and distribution.
Applicants should note that if an Applicant intends to commits to obtain ISO9001 at tender submission then further information will be requested to evidence their current position in obtaining IS09001. ISO9001 must be in place prior to the commencement of the framework agreement in order for NHS Supply Chain to trade with the successful Applicant.
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: £2,141,836
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: Yes
two.2.11) Information about options
Options: No
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
Reusable Patient Hollowware
Lot No
2
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Lot will cover a range of reusable medical hollowware products including, but not limited to jugs, tracabilty tags and instrument trays.
Precise quantities are unknown. It is anticipated that initial expenditure will be £527,494 (ex VAT) 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. In the next Framework, we are looking to expand our offer on REUSABLE HOLLOWARE suitable for a number of different healthcare environments including but not limited to theatres and wards to support the NHS on its journey to net zero, the NHS must reduce its reliance on single use. We want to ensure NHS trusts are able to purchase a comprehensive range of reusables to support them if they wish to transition away from single use hollowware, we would like to hear from suppliers of stainless steel as well as other materials suitable for re-usable containers/vessels/receptacles.
The estimated value over the total Framework Agreement term is expected to be in the region of £2,292,876 (Ex VAT) however this is approximate only.
The following certification will be a requirement of the upcoming tender exercise and applicants may be required to include evidence of this with their tender submission.
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: £2,292,876
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: No
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
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.
The Framework Agreement will be between NHS Supply Chain and the Supplier. Under the Framework Agreement there will be two different methods of supply - one for Non-Direct Contract Products and one for Direct Contract Products.
NHS Supply Chain will be entitled to purchase the supplies identified as Non-Direct Contract Products which it will then make available for purchase by 1) any NHS Trust; 2) any other NHS entity; 3) any government department, agency or other statutory body and/or 4) any private sector entity active in the UK healthcare sector.
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 nonexclusive 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
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
Envisaged maximum number of participants to the framework agreement: 10
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 000-024966
four.2.2) Time limit for receipt of tenders or requests to participate
Date
31 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: 9 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
3 June 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_1291 Medical Hollowware
ITT_1298 - Lot 1
ITT_1296 - Lot 2
Please note: you must respond to IT_1291 In addition to any lots you intend to respond to (The lot must be completed in its entirety i.e. technical and Commercial envelope)
— 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
Country
United Kingdom