Award

Jaggaer e-tendering portal

  • NHS Supply Chain

F15: Voluntary ex ante transparency notice

Notice identifier: 2022/S 000-020230

Procurement identifier (OCID): ocds-h6vhtk-0355ae

Published 26 July 2022, 7:40am



Section one: Contracting authority/entity

one.1) Name and addresses

NHS Supply Chain

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

Email

Shane.Murphy@supplychain.nhs.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.supplychain.nhs.uk

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

Jaggaer e-tendering portal

two.1.2) Main CPV code

  • 33125000 - Urology, exploration devices

two.1.3) Type of contract

Supplies

two.1.4) Short description

Acting on behalf of Supply Chain Coordination Limited (SCCL), a Management Function of NHS Supply Chain, the Collaborative Procurement Partnership LLP (CPP) Supply of a product designed to inhibit bacterial attachment/biofilm formation on the catheter surface to reduce the risk of infection within the urinary tract.

Products are:

• capable of being attached to a urinary catheter;

• non-sterile;

• portable;

• re-usable for a single patient;

• have a smooth surface without any small cavities or areas which could not be cleaned as part of personal care.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £0.01 / Highest offer: £150,000 taken into consideration

two.2) Description

two.2.2) Additional CPV code(s)

  • 33125000 - Urology, exploration devices

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Product is designed to inhibit bacterial attachment/biofilm formation on the catheter surface to reduce the risk of infection within the urinary tract.

Products are:

• capable of being attached to a urinary catheter;

• non-sterile;

• portable;

• re-usable for a single patient;

• have a smooth surface without any small cavities or areas which could not be cleaned as part of personal care.

two.2.11) Information about options

Options: Yes

Description of options

Option to extend for two further periods of 3 months each

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

Negotiated without a prior call for competition

  • No tenders or no suitable tenders/requests to participate in response to restricted procedure
  • The products involved are manufactured purely for the purpose of research, experiment, study or development
  • The works, supplies or services can be provided only by a particular economic operator for the following reason:
    • absence of competition for technical reasons

Explanation:

The justification for the choice of the negotiated procedure without prior publication of a call for competition in accordance with regulation 32, no reasonable alternative or substitute exists.

four.1.3) Information about a framework agreement

The procurement involves the establishment of a framework agreement

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

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract/concession

Title

Urinary Catheter Adhesion Inhibition System

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

20 July 2022

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

Ideal Medical Solutions

Epsom

Country

United Kingdom

NUTS code
  • UKJ26 - East Surrey
The contractor/concessionaire is an SME

Yes

five.2.4) Information on value of contract/lot/concession (excluding VAT)

Lowest offer: £0.01 / Highest offer: £150,000 taken into consideration

five.2.5) Information about subcontracting

The contract/lot/concession is likely to be subcontracted


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

NHS Supply Chain

London

Country

United Kingdom