Opportunity

Single Use PPE and Medical Protective Consumables

  • 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

F02: Contract notice

Notice reference: 2021/S 000-016429

Published 13 July 2021, 10:45pm



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

Email

CPPT2ProcurementTeam@supplychain.nhs.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://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.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