Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain Operated by DHL Supply Chain Limited acting as agent of Supply Chain Coordination Ltd (SCCL)
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
Contact
Charlotte Farrell
Charlotte.Farrell@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 another address:
DHL Supply Chain Limited
Foxbridge Way
Normanton
WF6 1TL
Contact
Charlotte Farrell
Charlotte.Farrell@supplychain.nhs.uk
Country
United Kingdom
NUTS code
UKE4 - West Yorkshire
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-of-health
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
Tourniquet
two.1.2) Main CPV code
- 33140000 - Medical consumables
two.1.3) Type of contract
Supplies
two.1.4) Short description
The agreement will cover the following product types: Single Use Tourniquets: Band Type, Button, Quick Release Pull Through types and Resuable Tourniquets. Precise quantities are unknown. It is anticipated that initial expenditure is estimated to be in the region of 3,030,000 - £4,545,000 in the first year of this Framework Agreement, and the estimated total value of the Framework Agreement for 2+2 year term will be £ 12,120,000 - £18,180,000, however this is 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: £18,180,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Maximum number of lots that may be awarded to one tenderer: 4
two.2) Description
two.2.1) Title
Band Single Use Tourniquet
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
- 33141000 - Disposable non-chemical medical consumables and haematological consumables
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 agreement will cover the following product type: Single Use Tourniquets Band Type.
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £1,380,000 to £2,070,000 in the first 2 year of this Framework Agreement.
two.2.14) Additional information
Estimated total value of the Framework Agreement for 2+2 year term will be £2,760,000 - £4,140,000, 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
Button Single Use Tourniquet
Lot No
Lot 2
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
- 33141000 - Disposable non-chemical medical consumables and haematological consumables
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 agreement will cover the following product type: Single Use Tourniquets Button Type.
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £3,900,000 - £5,850,000 in the first 2 year of this Framework Agreement.
two.2.14) Additional information
Estimated total value of the Framework Agreement for 2+2 year term will be £7,800,000 to £11,700,000, 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
Quick Pull Through Single Use Tourniquet
Lot No
Lot 3
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
- 33141000 - Disposable non-chemical medical consumables and haematological consumables
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 agreement will cover the following product type: Single Use Tourniquets Pull Through.
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £660,000 - £990,000 in the first 2 year of this Framework Agreement.
two.2.14) Additional information
Estimated total value of the Framework Agreement for 2+2 year term will be £1,320,000 to £1,980,000, 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
Reusable Tourniquets
Lot No
Lot 4
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
- 33141000 - Disposable non-chemical medical consumables and haematological consumables
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 agreement will cover the following product type: Reusable Tourniquet.
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £120,000 - £180,000 in the first 2 year of this Framework Agreement.
two.2.14) Additional information
Estimated total value of the Framework Agreement for 2+2 year term will be £240,000 to £360,000, 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
14 March 2023
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 or equivalent externally accredited 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, 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 CE Certification to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable).
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 adopted PPN 06/20 (taking account of Social Value in the award of Government Contracts) from April 2022. As such all NHS SC Contracts going out to market after this date will include Social Value weighting. Therefore the future Framework Agreement for Tourniquet will include some qualitative evaluation questions on Social Value with a minimum weighting of 10% towards the award. For more information on Social Value and to understand what’s included in Social Value, please see:
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.
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 Request for Information 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 URL https://nhssupplychain
Within supplier area, click ‘SQs Open To All Suppliers’ link and select SQ_254 RFI Tourniquet Project_1093. Select Express interest.
Select the ‘My Responses’ tab and please complete and attach the RFI within Section 1.1.2 Select 'Submit Response'.