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
Michael Duker Hanson
Michael.DukerHanson@Supplychain.nhs.uk
Telephone
+44 7566297462
Country
United Kingdom
Region code
UKI - London
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
Michael Duker Hanson
Michael.DukerHanson@Supplychain.nhs.uk
Telephone
+44 7566297462
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
Central Venous Catheters and Associated Products
two.1.2) Main CPV code
- 33141000 - Disposable non-chemical medical consumables and haematological consumables
two.1.3) Type of contract
Supplies
two.1.4) Short description
As part of its pre-tender strategy, NHS Supply Chain would like to engage with suppliers in relation to the Framework agreement for the supply of Central Venous Catheters and Associated Products including but not limited to Arterial Lines, Arterial Cannula, Central Venous Catheters (Tunnelled / Non-Tunnelled), Catheter Fixation / Securement Devices, Port Introducers, Implantable Ports, Introducers, Tunnelling Rods, Midlines, PICCs, Vascular Catheters, Huber Needles (Safety / Non Safety with / without Y-Site), and Repair Kits.
It is anticipated that initial expenditure will be in the region of £28,000,000 to £34,000,000 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. Estimated value over the maximum 4 year Framework Agreement (2+2 Term) will be in the region of £120,000,000 to £136,000,000.
Through the use of the RFI, potential suppliers will be able to provide detail on their proposed product solution to the issue which will shape the future approach that NHS Supply Chain will take in ensuring that these options are available throughout the NHS.
Current indicative volumes / Contract Values would be unknown as those would be based upon the responses received.
Please note, following the return of the RFI, NHS Supply Chain reserves the right to contact responding suppliers with clarifications that they may have in relation to the proposed product/solution to enable full understanding. Additionally, please note that this PIN is for market engagement purposes only and NHS Supply Chain provides no guarantees via this PIN of any subsequent tendering activity or purchase of any solution offered.
Instructions on how to submit a response to the RFI are listed within the Additional Information section.
two.1.5) Estimated total value
Value excluding VAT: £136,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Maximum number of lots that may be awarded to one tenderer: 8
two.2) Description
two.2.1) Title
Acute Central Venous Catheter
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 33141200 - Catheters
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
NHS Supply Chain seeks to establish a Framework Agreement for supply to NHS Supply Chain depots via the Stock route and to the NHS Supply Chain customer base via the E-Direct Route for the supply of Acute Central Venous Catheter products. This framework covers products that are used to administer medicines, fluids both short-term and long-term intravenously.
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £4,098,932 to £4,844,192 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
Vascular Catheter
Lot No
Lot 2
two.2.2) Additional CPV code(s)
- 33141200 - Catheters
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
NHS Supply Chain seeks to establish a Framework Agreement for supply to NHS Supply Chain depots via the Stock route and to the NHS Supply Chain customer base via the E-Direct Route for the supply of Vascular Central Venous Catheter products. This framework covers products that are used to administer medicines, fluids both short-term and long-term intravenously.
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £582,806 to £688,770 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
Peripherally Inserted Central Catheter (PICC)
Lot No
Lot 3
two.2.2) Additional CPV code(s)
- 33141200 - Catheters
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
NHS Supply Chain seeks to establish a Framework Agreement for supply to NHS Supply Chain depots via the Stock route and to the NHS Supply Chain customer base via the E-Direct Route for the supply of Peripheral Inserted Central Catheter. This framework covers products that are used to administer medicines, fluids both short-term and long-term intravenously.
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £11,868,194 to £14,026,047 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
Skin Tunnelled Catheter (Cuffed)
Lot No
Lot 4
two.2.2) Additional CPV code(s)
- 33141200 - Catheters
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
NHS Supply Chain seeks to establish a Framework Agreement for supply to NHS Supply Chain depots via the Stock route and to the NHS Supply Chain customer base via the E-Direct Route for the supply of Skin Tunnelled (Cuffed) Catheter products. This framework covers products that are used to administer medicines, fluids both short-term and long-term intravenously.
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £731,343 to £864,314 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
Implanted Port
Lot No
Lot 5
two.2.2) Additional CPV code(s)
- 33184100 - Surgical implants
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
NHS Supply Chain seeks to establish a Framework Agreement for supply to NHS Supply Chain depots via the Stock route and to the NHS Supply Chain customer base via the E-Direct Route for the supply of Implanted Port products. This framework covers products that are used to administer medicines, fluids both short-term and long-term intravenously.
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £709,843 to £838,905 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
Arterial Line
Lot No
Lot 6
two.2.2) Additional CPV code(s)
- 33141200 - Catheters
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
NHS Supply Chain seeks to establish a Framework Agreement for supply to NHS Supply Chain depots via the Stock route and to the NHS Supply Chain customer base via the E-Direct Route for the supply of Arterial Line products. This framework covers products that are used to administer medicines, fluids both short-term and long-term intravenously.
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £3,315,879 to £3,918,766 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
Midline
Lot No
Lot 7
two.2.2) Additional CPV code(s)
- 33141200 - Catheters
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
NHS Supply Chain seeks to establish a Framework Agreement for supply to NHS Supply Chain depots via the Stock route and to the NHS Supply Chain customer base via the E-Direct Route for the supply of Midline products. This framework covers products that are used to administer medicines, fluids both short-term and long-term intravenously.
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £1,609,077 to £1,901,637 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
Accessories / Associated Products
Lot No
Lot 8
two.2.2) Additional CPV code(s)
- 33141240 - Catheter accessories
- 33141320 - Medical needles
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
NHS Supply Chain seeks to establish a Framework Agreement for supply to NHS Supply Chain depots via the Stock route and to the NHS Supply Chain customer base via the E-Direct Route for the supply of Catheter Accessories and Associated products. This framework covers products that are used to administer medicines, fluids both short-term and long-term intravenously.
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £5,876,313 to £6,944,734 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
17 December 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 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.
To review and provide a response to the outlined Request for Information (RFI). Please follow the guidance below:
PORTAL ACCESS
- Login with URL https://nhssupplychain.app.jaggaer.com//
- Click on “SQs Open to All Suppliers” and search for the title of the procurement.
SQ_542 - RFI - Central Venous Catheters and Associated Products
- The Request for Information Document will be available in the Qualification envelope and attachments tab. The closing date for responses to the RFI will be 23rd August 2024.
Please note - although NHS Supply Chain provides no guarantees of any potential future tendering opportunity as part of this PIN process, it may be appropriate for any interested suppliers to be aware of the tendering requirements outlined below which would form a minimum expectation of any tender submission (where relevant to the solution):
- ISO 9001: 2015 accredited by the United Kingdom Accreditation Service (or equivalent) to cover all segments of the Applicant’s and the product’s supply chain. This should include, but not be limited to, manufacturing, storage and distribution. If Quality Assurance Standard 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.
- Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to d-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 of any medical devices, in compliance with the Medical Devices Regulations 2022 (SI 2022 No 618, as amended) (UK MDR 2022).
- The Insurance set out below, acceptable evidence of which should be an Insurance Certificate or a signed Broker’s letter.
> Employers liability Insurance cover of £5m per claim
> Public Liability Insurance cover of £5m per claim
> Product Liability Insurance cover of £5m
NHS Supply Chain will assess the Applicant’s economic and financial standing (or that of the entity or entities the Applicant is relying upon). Documentary evidence of this will be required at tender stage.
All Applicants for this future tender must have a compliant Carbon Reduction Plan to be considered for the Framework Agreement (PPN 06/21).
This future Framework Agreement will include some qualitative evaluation questions on Social Value with a minimum weighting of 10% towards the award (PPN 06/20).
All Applicants bidding to be on any NHS Supply Chain Frameworks must submit an Evergreen Assessment as part of the tendering process. This must be completed annually, and the maturity score will be valid for 12 months.
https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/
As a minimum (and further requirements may be set out in the tender documents), Applicants are required to have a Modern Slavery Assessment (MSAT) completed within 12 months of the tender close date (PPN 02/23).
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/bulk buy initiatives.