Planning

Extension Sets and Lines

  • NHS Supply Chain Operated by DHL Supply Chain Ltd acting as agent of Supply Chain Coordination Ltd (SCCL)

F01: Prior information notice (prior information only)

Notice identifier: 2021/S 000-026468

Procurement identifier (OCID): ocds-h6vhtk-02eed1

Published 21 October 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain Operated by DHL Supply Chain Ltd acting as agent of Supply Chain Coordination Ltd (SCCL)

Skipton House, 80 London Road

London

SE1 6LH

Contact

Carol Wray

Email

carol.wray@supplychain.nhs.uk

Country

United Kingdom

NUTS 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 the above-mentioned address

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

Extension Sets and Lines

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

Extension Sets and Lines are products used to deliver intravenous drugs and fluids to a patient. They can be used either under gravity or more commonly by attachment to a syringe pump. The lines are available in a wide range of specifications and can incorporate features such as filters, anti-siphon valves and anti-reflux valves. These products are used in-conjunction with a number of other products for example intravenous cannulae, intravenous accessories to make up a complete system for the delivery of intravenous therapy.

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £10,000,000 to £15,000,000 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 total Framework Agreement term of 4 years will be in the region of £40,000,000 to £60,000,000.

two.1.5) Estimated total value

Value excluding VAT: £60,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Maximum number of lots that may be awarded to one tenderer: 1

two.2) Description

two.2.1) Title

Extension Sets and Lines

Lot No

1

two.2.2) Additional CPV code(s)

  • 33194000 - Devices and instruments for transfusion and infusion
  • 33194100 - Devices and instruments for infusion
  • 33194120 - Infusion supplies

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

Extension Sets and Lines are products used to deliver intravenous drugs and fluids to a patient. They can be used either under gravity or more commonly by attachment to a syringe pump. The lines are available in a wide range of specifications and can incorporate features such as filters, anti-siphon valves and anti-reflux valves. These products are used in-conjunction with a number of other products for example intravenous cannulae, intravenous accessories to make up a complete system for the delivery of intravenous therapy.

two.2.14) Additional information

It is anticipated that initial expenditure will be in the region of £10,000,000 to £15,000,000 in the first year of this Framework Agreement, and in the region of £40,000,000 to £60,000,000 over the total Framework Agreement term of 4 years. 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

1 August 2022


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 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. Further information in respect of certification requirements will be set out in the notice for the forthcoming procurement. 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 and Product Liability Insurance cover of £5m in the name of the Applicant.

- 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 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 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.

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

If registration has been completed:

- Login with URL https://nhssupplychain.app.jaggaer.com// .

- Within the supplier area, click ‘SQ’s open to all suppliers’ and select ‘SQ_129’ RFI Extension Sets and Lines (Project_720)

EXPRESSION OF INTEREST

- Express an interest by clicking on the ‘EXPRESS INTEREST’ button.

REQUEST FOR INFORMATION QUESTIONNAIRE

Select ‘My response’ tab and complete the questions