Future opportunity

Blood Collection Systems, Blood Lancets and Tourniquet

  • NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)

F01: Prior information notice (prior information only)

Notice reference: 2023/S 000-020043

Published 13 July 2023, 9:00am



Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

Contact

Katy Hughes

Email

katy.hughes@supplychain.nhs.uk

Country

United Kingdom

NUTS code

UKI4 - Inner London – East

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

Additional information can be obtained from 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

Blood Collection Systems, Blood Lancets and Tourniquet

two.1.2) Main CPV code

  • 33141000 - Disposable non-chemical medical consumables and haematological consumables

two.1.3) Type of contract

Supplies

two.1.4) Short description

The scope of this Framework is to cover Blood Collection Sets​, Blood Collection Needles (Safety and Standard) ​, Blood Culture Systems with Initial Specimen Diversion Device, Blood Culture Bottles, Blood Culture Packs, Blood Sample Tubes​, Blood Gas Syringes​, Support Products​, Holders and Adapters​, Urinalysis Collection & Analysis Products​, Snap Caps​, Blood Lancets & Lancet Systems, Single Use Tourniquets: Band Type, Button, Quick release pull through types and Resuable Tourniquets.

Precise quantities are unknown. It is anticipated that initial expenditure for this Framework will be circa £54,120,000 to £67,180,000 GBP in the first year of the this Framework Agreement. If the Framework Agreement is extended to the maximum duration, the anticipated expenditure will be circa £216,480,000 to £268,720,000.

However these are approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

two.1.5) Estimated total value

Value excluding VAT: £268,720,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 33141300 - Venepuncture, blood sampling devices
  • 33141500 - Haematological consumables
  • 33141510 - Blood products
  • 33141900 - Blood lancets
  • 33194100 - Devices and instruments for infusion

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

The scope of this Lot is to cover Blood Collection Sets​, Blood Collection Needles (Safety and Standard) ​, Blood Culture Systems with Initial Specimen Diversion Device, Blood Culture Bottles, Blood Culture Packs, Blood Sample Tubes​, Blood Gas Syringes​, Support Products​, Holders and Adapters​, Urinalysis Collection & Analysis Products​, Snap Caps​, Blood Lancets & Lancet Systems, Single Use Tourniquets: Band Type, Button, Quick release pull through types and Reusable Tourniquets.

Precise quantities are unknown. It is anticipated that initial expenditure for this Framework will be circa £54,120,000 to £67,180,000 GBP in the first year of the this Framework Agreement. If the Framework Agreement is extended to the maximum duration, the anticipated expenditure will be circa £216,480,000 to £268,720,000.

However these are approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

The Framework Agreement between NHS Supply Chain and successful suppliers will reserve the right to purchase the same or similar supplies and/or services from suppliers not appointed to the Framework Agreement at its sole discretion.

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 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.

two.3) Estimated date of publication of contract notice

6 March 2024


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

six.3) Additional information

The purpose of this notice is to draw attention to a procurement that NHS Supply Chain intends to commence during the subsequent 12 months. The invitation to tender will be the subject of a separate notice and it is that notice to which potential suppliers will need to respond at the appropriate time.

The following certification will be a requirement of the upcoming tender exercise and Applicants may be required to include evidence of this within their tender submission.

* ISO 9001:2015 accredited by the United Kingdom Accreditation Service (or equivalent) and up-to-date quality standard certificate(s) to cover all segments of the Applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage and distribution. Further information in respect of certification requirements will be set out in the notice and tender documents for the forthcoming procurement. If such certificates are not in the name of the Applicant then the Applicant must supply a copy of agreements setting out the authority and responsibilities of all parties in the supply chain and provide evidence of ISO9001:2015 or equivalent for all relevant parties in the supply chain.

* Public Liability Insurance cover of £5m per claim in the name of the Applicant

* Product Liability Insurance cover of £5m in the name of the Applicant

* Employers Liability Insurance cover of £5m in the name of the Applicant

* Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to d-Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable).

* MHRA registration of any medical devices, in compliance with the Medical Devices Regulations 2022 (SI 2022 No 618, as amended) (UK MDR 2022).

The NHS has adopted PPN 06/20 (taking account of Social Value in the award of Government Contracts) 2022, and therefore this future Framework Agreement will include some qualitative evaluation questions on Social Value with a min. weighting of 10% towards the award. For more information on Social Value and to understand what’s included in Social Value, please see:

https://www.gov.uk/government/publications/procurement-policy-note-0620-takingaccount-ofsocialvaluein-the-award-of-central-government-contracts.

In addition, from April 2023: the NHS has adopted the Government’s ‘Taking Account of Carbon Reduction Plans‘ (PPN 06/21) requiring all suppliers with new contracts for goods, services, and/or works with an anticipated contract value above £5 million per annum, to publish a carbon reduction plan for their direct emissions. From April 2024, the NHS will expand this requirement for all new contracts, irrespective of value.

As part of its pre-tender strategy, NHS Supply Chain would also like to engage with suppliers of these products via a Request for Information (RFI) - guidance below:

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

- Login with URL https://nhssupplychain.app.jaggaer.com// .

- Click on “SQs Open to All Suppliers”.

EXPRESSION OF INTEREST

- Find SQ_389 - SQ - Blood Collection Systems, Blood Lancets and Tourniquet and click on the blue text.

- Express an interest by clicking on the ‘EXPRESS INTEREST’ button in the top right corner.

REQUEST FOR INFORMATION DOCUMENT

- The Request for Information Document will then be sent to you via the Jaggaer Messaging Centre, which Applicants will be asked to complete and return.