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
Shaun Jones
shaun.jones@supplychain.nhs.uk
Country
United Kingdom
Region 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 another address:
NHS Supply Chain
Foxbridge Way
Normanton
WF6 1TL
Contact
Shaun Jones
shaun.jones@supplychain.nhs.uk
Country
United Kingdom
Region code
UKE4 - West Yorkshire
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
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
Needlefree Connection Systems 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
The NHS Supply Chain Needlefree Connection Systems and Associated Products Framework is intended to cover Needlefree connectors, extension sets and accessories . It is anticipated in the first year that spend will be approximately £24,000,000 GBP, however this is approximate only and may vary depending on requirements of bodies purchasing under the Framework. The Framework Agreement between NHS Supply Chain and successful suppliers will reserve the right to purchase the same or similar supplies from suppliers not appointed to the Framework at its sole discretion.
NHS Supply Chain intends to enter into arrangements under which it will be entitled to purchase supplies 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.1.5) Estimated total value
Value excluding VAT: £96,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Maximum number of lots that may be awarded to one tenderer: 3
two.2) Description
two.2.1) Title
Needlefree Connectors
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 33194100 - Devices and instruments for infusion
- 33194120 - Infusion supplies
- 33194200 - Devices and instruments for transfusion
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
Needlfree Connector/Valve, including Positive, Negative and Neutral fluid displacement.
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be £5,500,000 in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.
two.2) Description
two.2.1) Title
Needlefree Extension Sets
Lot No
Lot 2
two.2.2) Additional CPV code(s)
- 33194100 - Devices and instruments for infusion
- 33194120 - Infusion supplies
- 33194200 - Devices and instruments for transfusion
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
Needlfree Extension sets, including single, double, triple and quad lumen.
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be £16,500,000 in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.
two.2) Description
two.2.1) Title
Needlefree Accessories and Associated Products
Lot No
Lot 3
two.2.2) Additional CPV code(s)
- 33194100 - Devices and instruments for infusion
- 33194120 - Infusion supplies
- 33194200 - Devices and instruments for transfusion
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
Accessories including bag spike dispensing pins, disinfectant caps, stopcocks and closed transfer devices.
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be £2,000,000 in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.
two.3) Estimated date of publication of contract notice
25 January 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 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 United Kingdom Accreditation or equivalent externally accredited and up-to-date quality standard certificate(s) covering all segments of the Applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage, distribution and customer service. 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 in the name of the Applicant of £5m per claim or £5m per claim and in the annual aggregate
-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 number.
If an Applicant commits to obtain ISO9001:2015 or equivalent quality standard certificate, Public Liability Insurance or Product Liability Insurance certification at the time of their tender submission then the requirement is that such certification is in place prior to the commencement date of the framework agreement (in order for NHS Supply Chain to place orders with the successful Applicant).
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-ofsocialvalue-in-the-award-of-central-government-contracts. In addition, from April 2023: the NHS will adopt 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. 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). If you would like to complete the RFI document in respect of the products which are the subject of this procurement, then please follow the below instructions.
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’
PORTAL ACCESS
Login with above URL. Within supplier area, click ‘SQs Open To All Suppliers’ link and select RFI Needlfree Connection Systems and Associated Products Select Express interest. Select the ‘My Responses’ tab, download the RFI and submit your completed RFI as an attachment via response message.