Opportunity

Pressure Infusers and Associated Products

  • 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 000-016152

Published 9 July 2021, 10:45pm



The closing date and time has been changed to:

6 September 2021, 3:00pm

See the change notice.

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

thomas.mathers2@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

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:

DHL Supply Chain Limited

Normanton

Email

elizabeth.glover@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

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

Pressure Infusers and Associated Products

two.1.2) Main CPV code

  • 33194000 - Devices and instruments for transfusion and infusion

two.1.3) Type of contract

Supplies

two.1.4) Short description

NHS Supply Chain seeks to establish a non-exclusive Framework Agreement for the supply to NHS Supply Chain depots via the Stock and Blue Diamond routes and to the NHS Supply Chain customer base via the E-Direct Route.

This Framework Agreement is for the supply of Pressure Infusers and Associated Products, including:

• Disposable Single Patient Use Pressure Infusers

• Reusable Pressure Infusers

It is anticipated that in the first 24 months of the Framework Agreement the value of purchases will be circa £1,800,000. The figures for the full 48 months term (if extended) is circa £3,600,000. These values are approximate only and are based on the most recent historical usage information. The values provided are for guidance only and are not a guarantee of business.

two.1.5) Estimated total value

Value excluding VAT: £3,600,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

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

two.2) Description

two.2.1) Title

Disposable Single Patient Use Pressure Infusers

Lot No

1

two.2.2) Additional CPV code(s)

  • 33194000 - Devices and instruments for transfusion and infusion
  • 33194100 - Devices and instruments for infusion
  • 33194120 - Infusion supplies

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Pressure infusers are used for the infusion of paternal intravenous fluids

This Lot includes disposable single patient use pressure infusers.

NHS Supply Chain anticipates appointing all applicants who meet the minimum requirements which are set out in these tender documents and whose total score meets or exceeds a hurdle of 35% at tender evaluation stage to the relevant line of the Framework Agreement.

NHS Supply Chain will only trade with the highest scoring two Applicants for each Product Line except in the instance where a supply issue arises, for the initial 24 months of the Framework Agreement.

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: £3,400,000

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: Yes

two.2.11) Information about options

Options: Yes

Description of options

This Framework Agreement will have the option to extend incrementally for up to a total of 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

It is anticipated that in the first 24 months of the Framework Agreement, the value of purchases for this Lot will be in the region of £1,350,000 and £1,700,000 and for the full 48-month term (if extended), the anticipated value is between £2,700,000 and £3,400,000. These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth.

two.2) Description

two.2.1) Title

Reusable Pressure Infusers

Lot No

2

two.2.2) Additional CPV code(s)

  • 33194000 - Devices and instruments for transfusion and infusion
  • 33194100 - Devices and instruments for infusion
  • 33194120 - Infusion supplies

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

Pressure infusers are used for the infusion of paternal intravenous fluids

This Lot includes reusable pressure infusers.

NHS Supply Chain anticipates appointing all applicants who meet the minimum requirements which are set out in these tender documents and whose total score meets or exceeds a hurdle of 35% at tender evaluation stage to the relevant line of the Framework Agreement.

NHS Supply Chain will only trade with the highest scoring single Applicant for each Product Line except in the instance where a supply issue arises, for the initial 24 months of the Framework Agreement.

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: £200,000

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: Yes

two.2.11) Information about options

Options: Yes

Description of options

This Framework Agreement will have the option to extend incrementally for up to a total of 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

It is anticipated that in the first 24 months of the Framework Agreement, the value of purchases for this Lot will be in the region of £50,000 and £100,000 and for the full 48-month term (if extended), the anticipated value is between £100,000 and £200,000. These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth.


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/web/login.html using the Message Centre facility linked to this particular contract notice.

Please note that the maximum number of suppliers as set out in IV.1.3 is an estimate only.

Products tendered will be subject to Sample Evaluation and SMTL Testing. Details around pricing and payment can be found in the ITT.

Applicants are required to have acceptable externally accredited ISO certificates by the point of award, otherwise applicants will be excluded.

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

Envisaged maximum number of participants to the framework agreement: 10

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: 2019/S 174-423455

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

Originally published as:

Date

19 August 2021

Local time

3:00pm

Changed to:

Date

6 September 2021

Local time

3:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

20 August 2021

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 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

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)