Opportunity

Instrument Decontamination and Accessories

  • NHS Supply Chain

F02: Contract notice

Notice reference: 2022/S 000-020357

Published 26 July 2022, 3:55pm



Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

Contact

Gavin Staniforth

Email

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).