- Scope of the procurement
- Lot 1. Single Use Sterile Surgical Gowns
- Lot 2. Single Use Non-Sterile Gowns
- Lot 3. Single Use Patient and Equipment Drapes
- Lot 4. Single Use Respirators and Fit Testing Solutions
- Lot 5. Single Use Surgical Face Masks Type two & Type IIR
- Lot 6. Single Use Eye Protection
- Lot 7. Single Use Protective Wear
Section one: Contracting authority
one.1) Name and addresses
Collaborative Procurement Partnership LLP (CPP LLP) acting on behalf of Supply Chain Coordination Ltd. Supply Chain Coordination Limited (SCCL) is a company Registered in England and Wales, with company number 10881715, Registered office address: Skipton House, 80 London Road, London, United Kingdom
Skipton House, 80 London Road
London
SE1 6LH
CPPT2ProcurementTeam@supplychain.nhs.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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.ht
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.ht
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Single Use PPE and Medical Protective Consumables
two.1.2) Main CPV code
- 33199000 - Medical clothing
two.1.3) Type of contract
Supplies
two.1.4) Short description
This is a Contract Notice in advance of the
procurement of a multi-supplier framework agreement for the supply of Single Use PPE and
Medical Protective Consumables. The scope of requirements includes but is not limited to
the following products designed to protect both clinicians, staff and patients from cross contamination:
single use gowns, drapes, respirators, face masks, eye protection,
headwear, overshoes and other relevant medical protective wear. The products in this
category are part of a mega-category; sterile intervention equipment and associated
consumables which covers both medical equipment and commodity type products used in
operating theatres, day surgery in acute / foundation trusts and community settings.
two.1.5) Estimated total value
Value excluding VAT: £5,000,000,000
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
Single Use Sterile Surgical Gowns
Lot No
1
two.2.2) Additional CPV code(s)
- 18143000 - Protective gear
- 33140000 - Medical consumables
- 33199000 - Medical clothing
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot comprises of surgical gowns these are Standard Lite, Standard, Standard high
performance, Reinforced, Zone Impervious, Fully Impervious and must meet BS EN
13795-1:2019 or equivalent standard.
Sterile gowns are Intended to minimise the transfer of infective agents between patient
and healthcare staff during surgical and other invasive procedures. The use of surgical gowns with resistance to the penetration of fluids can also reduce the risk to healthcare
staff from infective agents carried in blood or body fluids
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
two.2) Description
two.2.1) Title
Single Use Non-Sterile Gowns
Lot No
2
two.2.2) Additional CPV code(s)
- 18143000 - Protective gear
- 33140000 - Medical consumables
- 33199000 - Medical clothing
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot comprises of non-sterile gowns such as isolation gowns and patient
gowns. Any non-sterile gown under this lot must meet BS EN 13795:2019 or
equivalent standard.
An Isolation gown is worn as part of the PPE and is a non-sterile gown designed
to protect the healthcare worker from infective agents carried in blood or body
fluids of patients.
A patient gown is worn to protect the modesty of a patient whilst having a
medical or surgical procedure or examination. These gowns must be opaque to
maintain the dignity of the patient.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
two.2) Description
two.2.1) Title
Single Use Patient and Equipment Drapes
Lot No
3
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
- 39515200 - Drapes
- 39518100 - Operating-theatre drapes
- 39518200 - Operating-theatre sheets
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot comprises of surgical patient and equipment drapes and must meet BS EN
13795:2019 or equivalent standard.
A patient drape is defined as a medical device which covers the patient creating a sterile field
around the surgical site and which acts as a barrier to prevent the risk of surgical site
infection. An equipment drape is defined as a medical device which is used to cover nonsterile
equipment for use in the sterile field.
Design features on drapes, enable easy and efficient draping by one person, often specific to
the needs of a particular surgery with adaptions for tubing, instruments and even the change
of patient position, along with skin adhesives as appropriate, also includes equipment
drapes which maintain the sterile field in surgery, differentiate the market offers and ensure
greater stakeholder interest.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
two.2) Description
two.2.1) Title
Single Use Respirators and Fit Testing Solutions
Lot No
4
two.2.2) Additional CPV code(s)
- 18143000 - Protective gear
- 33140000 - Medical consumables
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot comprises of single use respirators and fit testing solutions.
FFP respirators must meet BS EN 149:2001+A1:2009 or equivalent, the European standard
on FFP mask requirements and test methods. FFP masks are Personal Protective Equipment
designed to protect against particulates, infectious agents or pollutants in the form of
aerosols, droplets, or small solid particles.
FFP3 masks provide 99% filtering efficiency whilst FFP2 masks provide 94% filtering
efficiency.
Fit test kits and solutions are products to aid the fit testing of FFP masks. These products
can be provided as a kit or standalone solutions.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
two.2) Description
two.2.1) Title
Single Use Surgical Face Masks Type II & Type IIR
Lot No
5
two.2.2) Additional CPV code(s)
- 18143000 - Protective gear
- 33140000 - Medical consumables
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot comprises of surgical masks and must meet EN 14683:2019 or equivalent, the European
standard on surgical mask requirements and test methods. The main intended use of medical face
masks is to minimise transfer of infectious agents (germs) by large particle droplets between
healthcare staff and a patient during surgical procedures and other medical/healthcare settings
with similar requirements (in the case of Type II masks). Additionally, in certain circumstances it is
intended to protect the wearer against splashes of potentially contaminated liquids (in the case of
Type IIR masks). These can be standalone masks or with a built-in visor.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
two.2) Description
two.2.1) Title
Single Use Eye Protection
Lot No
6
two.2.2) Additional CPV code(s)
- 18100000 - Occupational clothing, special workwear and accessories
- 18142000 - Safety visors
- 18143000 - Protective gear
- 18444000 - Protective headgear
- 33140000 - Medical consumables
- 33734000 - Spectacles
- 33735000 - Goggles
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot comprises of single use eye protection such as goggles/glasses and face
shields/visor and must meet EN166:2002 or equivalent.
Goggles/glasses are made with a flexible plastic frame and one or two lenses with a flexible
elastic headband. Some can be worn with prescription glasses. Goggles/glasses give the eyes
protection from all angles as the complete rim is in contact with the face. Goggles/glasses
provide barrier protection to the eyes against exposure to liquid droplets and splashes.
Glasses can be provided as single units or in 2 parts.
Face shields/visors have one large lens with a frame and adjustable head harness or are
mounted on a helmet. Most can be worn with prescription glasses. They provide barrier
protection against liquid splashes to the face but do not fully enclose the eyes.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
two.2) Description
two.2.1) Title
Single Use Protective Wear
Lot No
7
two.2.2) Additional CPV code(s)
- 18100000 - Occupational clothing, special workwear and accessories
- 18114000 - Coveralls
- 18143000 - Protective gear
- 18441000 - Hats
- 18443000 - Headgear and headgear accessories
- 18444000 - Protective headgear
- 33140000 - Medical consumables
- 33199000 - Medical clothing
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot comprises of theatre headwear, beard covers, overshoes, scrub suits and
coveralls.
Theatre headwear is worn to cover the head and hair, providing a barrier to
minimise the direct transmission of contaminants into the surgical site.
Beard covers are worn to cover facial hair, providing a barrier to minimise the
direct transmission of contaminants into the surgical site.
Overshoes and Over boots are designed to cover footwear, providing a barrier to
minimise the direct transmission of contaminants into a designated clean area.
Disposable scrub suits are mainly intended to provide a clean barrier in sterile
environments and other clinical treatment environments and must meet BS EN
13795:2019 or equivalent.
Coveralls/protective suits must be designed to cover the whole body except for
the hands, feet and face area, providing a barrier to airborne and fluid-borne
contaminants and pathogens.
Type 4B must meet BS EN 14605:2005 + A1:2009 and class 6 of BS EN
14126:2003 or equivalent
Type 5B must meet BS EN ISO 13982-1:2004+A1:2010 or equivalent
Type 6B must meet BS EN 13034:2005 + A1:2009 and at least Class 2 of BS EN
14126:2003 or equivalent
Thumb looped aprons are used for tasks where fully impervious non-sterile
protection is needed and must meet BS EN 13795:2019 or equivalent.
Warm up jackets are worn to keep the wearer warm whilst in an air-conditioned
environment.
Warm up jackets are non-sterile and must meet BS EN 13795:2019 or equivalent.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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 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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-007480
four.2.2) Time limit for receipt of tenders or requests to participate
Date
13 August 2021
Local time
12:00pm
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: 48 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
13 August 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
Accessing the tender:
This procurement exercise will be conducted on the NHS Supply Chain eProcurement portal
at https://nhssupplychain.app.jaggaer.com/
Applicants 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 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 ‘Register Here’ link to access the registration page,
— complete the registration pages.
Portal access:
If registration has been completed:
— login with URL https://nhssupplychain.app.jaggaer.com/
— Applicants should download the Supplier User Guide located within the eProcurement
portal.
— Select “My ITT’s”,
— Select the three ”…” to the top right hand side of the screen.
— Select “Help for Suppliers”. This will then open a new screen with a library of guidance
document and a video which will guide you through how to submit a compliant bid.
Support:
Should Applicants require any system support or help to locate and submit a bid for the
opportunity they should contact the Jaggaer Helpdesk on;
Tel: 0800 069 8630
Email: help_uk@jaggaer.com
six.4) Procedures for review
six.4.1) Review body
The High Court
London
WC2A 2LL
Country
United Kingdom