Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
Contact
Gavin Staniforth
gavin.staniforth2@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
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://nhssupplychain.app.jaggaer.com/web/login.html
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/
Tenders or requests to participate must be submitted to 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
Instrument Decontamination and Accessories
two.1.2) Main CPV code
- 24000000 - Chemical products
two.1.3) Type of contract
Supplies
two.1.4) Short description
NHS Supply Chain seeks to establish a Framework Agreement for the supply of Instrument Decontamination and Accessories.
This Framework Agreement is consists of 2 Lots, Lot 1A Cleaning & Disinfection and Lot 2 Endoscope Storage & Transportation (note: Lot 1 has be split into Lot A and Lot B for the tender process please see this notice and ATTM 1A for more details) and will have an initial term of 36 months with an option to extend incrementally for up to a total period of 72 months.
It is anticipated that in the first 36 months of the Framework Agreement the value of purchases will be in the region of £52,801,000 GBP and £105,602,871 GBP Exc VAT for the full 72 month term (if extended).
Values are based on the most recent historical usage information, with a forecasted level of growth. Values provided are for guidance only.
Lots within this tender may have testing and/or product verification requirement, please see the invitation to tender for details.
two.1.5) Estimated total value
Value excluding VAT: £105,602,871
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 3
two.2) Description
two.2.1) Title
Lot 1A Cleaning & Disinfection
Lot No
1
two.2.2) Additional CPV code(s)
- 24000000 - Chemical products
two.2.3) Place of performance
NUTS codes
- UKI4 - Inner London – East
two.2.4) Description of the procurement
This Lot is for Automated Disinfectants, Other disinfectants, Automated Decontamination, Detergents and Containers for the detachable parts of an endoscope.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £78,391,794
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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: Yes
Description of options
This Framework Agreement will have the option to extend incrementally for up to a total of 72 months.
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.2.14) Additional information
The anticipated value of purchases will be circa £38,000,000 for the first 36 months of the Framework Agreement and £78,391,794 for the full term of the 72 months (if extended).
two.2) Description
two.2.1) Title
Lot 1B Cleaning & Disinfection
Lot No
2
two.2.2) Additional CPV code(s)
- 24000000 - Chemical products
two.2.3) Place of performance
NUTS codes
- UKI4 - Inner London – East
two.2.4) Description of the procurement
This Lot is for Test kits and strips and Pre Clean Kits.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,937,626
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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: Yes
Description of options
This Framework Agreement will have the option to extend incrementally for up to a total of 72 months.
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.2.14) Additional information
The anticipated value of purchases will be circa £2,300,000 for the first 36 months of the Framework Agreement and £4,937,626 for the full term of the 72 months (if extended).
two.2) Description
two.2.1) Title
Lot 2 Endoscope Storage & Transportation
Lot No
3
two.2.2) Additional CPV code(s)
- 24000000 - Chemical products
two.2.3) Place of performance
NUTS codes
- UKI4 - Inner London – East
two.2.4) Description of the procurement
This Lot is for Mobile units, cabinets and associated consumables, Packing and Sealing Systems and Transportation, storage bags and liners.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £22,273,451
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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: Yes
Description of options
This Framework Agreement will have the option to extend incrementally for up to a total of 72 months.
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.2.14) Additional information
The anticipated value of purchases will be circa £11,000,000 for the first 36 months of the Framework Agreement and £22,273,451 for the full term of the 72 months (if extended).
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Applicants should refer to II.2 of this Contract Notice for further details in respect of appointment to the
individual Lots across the Framework Agreement.
Applicants may bid for one, more than one or all of the Product Lines within the Lot and Applicants should
refer to the Invitation to Tender for more information in respect of this.
The term of contracts formed under the Framework Agreement may continue beyond the end of the term of
the Framework Agreement itself.
NHS Supply Chain expects to provide successful Suppliers with the opportunity to offer additional savings to
customers through the provision of discounted pricing, value added offerings and commitment initiatives.
NHS Supply Chain will share savings information in order to assist its customers with making informed
procurement decisions.
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 (for the avoidance of doubt including local
authorities) 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.
Electronic ordering will be used and electronic invoicing will be accepted and electronic payment will be used.
For the avoidance of doubt, and notwithstanding the estimate indicated at II.2.1, NHS Supply Chain does not
guarantee any level of purchase through the framework and advises Applicants that the framework shall be
established on a non-exclusive basis. Tenders and all supporting documentation for the contract must be
priced in sterling and written in English. Any agreement entered into will be considered a contract made in
England according to English law and will be subject to the exclusive jurisdiction of the English Courts. NHS
Supply Chain is not liable for any costs (including any third party costs fees or expenses incurred by those
expressing an interest, participating or tendering for this contract opportunity. NHS Supply Chain reserves the
right to terminate the procurement process (or part of it), to change the basis of and the procedures for the
procurement process at any time, or to procure the subject matter of the contract by alternative means if it
appears that it can be more advantageously procured by alternative means. The most economically
advantageous or any tender will not automatically be accepted. All communications must be made through
NHS Supply Chain's eTendering portal at https://nhssupplychain.app.jaggaer.com/web/login.html using the
Message Centre facility linked to this particular contract notice.
Please note that the maximum number of suppliers as set out in IV.1.3 is an estimate only.
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
Parent company or other guarantees may be required in certain circumstances. Further details will be in the tender documents.
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
The Contracting Authority reserves the right to require groupings of entities to take a particular form, or to require one party to undertake primary legal liability or to require that each party undertakes joint and several liability.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The Framework Agreement includes obligations with respect to environmental issues and a requirement for successful suppliers to comply with the NHS Supply Chain Code of Conduct.
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
Envisaged maximum number of participants to the framework agreement: 25
In the case of framework agreements, provide justification for any duration exceeding 4 years:
NHS SC does not anticipate many changes within this Market during the proposed Framework Agreement.
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 000-012101
four.2.2) Time limit for receipt of tenders or requests to participate
Date
18 August 2022
Local time
3:00pm
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: 9 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
26 August 2022
Local time
9:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Submission of expression of interest and procurement specific information:
This procurement exercise will be conducted on the NHS Supply Chain eProcurement portal at
https://nhssupplychain.app.jaggaer.com/
Candidates 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
using the URL https://nhssupplychain.app.jaggaer.com/ to access the portal.
Applicants are encouraged to download the Supplier Handbook located within the eProcurement portal by
following the 'Supplier Help centre ' link within the Useful Links section of the Dashboard.
For any technical help with the portal please contact:
Tel: 0800 069 8630 or email: help_uk@jaggaer.com
Please refer to Section III.1.1 for additional information.
six.4) Procedures for review
six.4.1) Review body
Not Applicable
Not Applicable
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Appeals to be logged in accordance with the Public Contracts Regulations 2015 (as amended).