Opportunity

Medical Pulp and Associated Products 2023

  • NHS Supply Chain operated by North of England Commercial Procurement Collaborative (who are hosted by Leeds and York Partnership NHS Foundation Trust) acting on behalf of Supply Chain Coordination Ltd

F02: Contract notice

Notice reference: 2022/S 000-027756

Published 3 October 2022, 6:13pm



Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain operated by North of England Commercial Procurement Collaborative (who are hosted by Leeds and York Partnership NHS Foundation Trust) acting on behalf of Supply Chain Coordination Ltd

Don Valley House, Saville Street East

Sheffield

S4 7UQ

Contact

Kirsty Dodson

Email

kirsty.dodson@supplychain.nhs.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.supplychain.nhs.uk

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/

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

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

Medical Pulp and Associated Products 2023

two.1.2) Main CPV code

  • 03460000 - Pulp

two.1.3) Type of contract

Supplies

two.1.4) Short description

The framework agreement will consist of a range of products that are used to assist with the toileting of patients, collection of samples and aid the administration of procedures. The ranges of products available under the framework agreement include; Disposable Medical Pulp, Medical Pulp support products, Macerators, Bedpan Washers and Absorbent products for use with Medical Pulp. Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of GBP 52 500 000 to GBP 105 000 000 throughout the duration of this framework agreement (including all extension periods). 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: £105,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Medical Pulp Products

Lot No

1

two.2.2) Additional CPV code(s)

  • 33196100 - Devices for the elderly
  • 33196200 - Devices for the disabled

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various locations within the UK

two.2.4) Description of the procurement

The requirement is for the supply of Medical Pulp products including but not limited to; Square and round shaped male urinals, Female urinals, Bedpan liners, Bedpan slippers, Detergent proof washbowls, Commode pans, General purpose bowls, Kidney dishes, Measuring jugs, Sputum receivers, Trays including anaesthetic safety trays, Urine sampling cups and Paper medicine pots to NHS Supply Chain depots via the Stocked/Blue Diamond route or direct to customers via the e-Direct route to market.

two.2.5) Award criteria

Quality criterion - Name: Supply Resilience / Weighting: 20%

Quality criterion - Name: Social Value / Weighting: 20%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £100,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

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 is for 24 months with the option to extend incrementally for up to a total period of 48 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

Precise quantities are unknown. It is anticipated that initial expenditure will be in the

region of 50,000,000 GBP to 100,000,000 GBP throughout the duration of this Framework Agreement (including all extension periods). However, this is an 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

Medical Pulp Support Products

Lot No

2

two.2.2) Additional CPV code(s)

  • 19520000 - Plastic products
  • 33140000 - Medical consumables
  • 33196100 - Devices for the elderly
  • 33196200 - Devices for the disabled

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various locations within the UK

two.2.4) Description of the procurement

The requirement is for the supply of Medical pulp support products including but not limited to; Pulp Support Holders for Bedpans Liners and Slippers and Racks for Pulp to NHS Supply Chain depots via the Stocked/Blue Diamond route or direct to customers via the e-Direct route to market.

two.2.5) Award criteria

Quality criterion - Name: Supply Resilience / Weighting: 20%

Quality criterion - Name: Social Value / Weighting: 20%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £600,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

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 is for 24 months with the option to extend incrementally for up to a total period of 48 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

Precise quantities are unknown. It is anticipated that initial expenditure will be in the

region of 300,000 GBP to 600,000 GBP throughout the duration of this framework

agreement (including all extension periods). However, this is an approximate only values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

two.2) Description

two.2.1) Title

Macerators and Associated Products

Lot No

3

two.2.2) Additional CPV code(s)

  • 42996110 - Macerators for the treatment of sewage

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various locations within the UK

two.2.4) Description of the procurement

The requirement is for the supply of Macerator equipment including delivery, installation, servicing and warranty elements associated with the equipment direct to NHS Supply Chain customers via the e-Direct or Direct route to market along with associated consumables via the Stocked/Blue Diamond route or direct to customers via the e-Direct route to market.

two.2.5) Award criteria

Quality criterion - Name: Customer Value / Weighting: 30%

Quality criterion - Name: Social Value / Weighting: 20%

Price - Weighting: 50%

two.2.6) Estimated value

Value excluding VAT: £2,400,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

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 is for 24 months with the option to extend incrementally for up to a total period of 48 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

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of 1,200,000 GBP to 2,400,000 GBP throughout the duration of this framework agreement (including all extension periods). 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

Bedpan Washers and Associated Products

Lot No

4

two.2.2) Additional CPV code(s)

  • 42921000 - Machinery for cleaning, filling, packing or wrapping bottles or other containers

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The requirement is for the supply of Bedpan Washing equipment including delivery, installation, servicing and warranty elements associated with the equipment direct to NHS Supply Chain customers via the e-Direct or Direct route to market along with associated consumables via the Stocked/Blue Diamond route or direct to customers via the e-Direct route to market.

two.2.5) Award criteria

Quality criterion - Name: Customer Value / Weighting: 30%

Quality criterion - Name: Social Value / Weighting: 20%

Price - Weighting: 50%

two.2.6) Estimated value

Value excluding VAT: £1,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

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 is for 24 months with the option to extend incrementally for up to a total period of 48 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

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of 500,000 GBP to 1,000,000 GBP throughout the duration of this framework agreement (including all extension periods). 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

Absorbent Products

Lot No

5

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various locations within the UK

two.2.4) Description of the procurement

The scope of this lot is for the supply of Super Absorbent Gels, Pads, Sheets & Liners used to soak up bodily fluids and spills such as urine, blood, vomit & faecal matter to NHS Supply Chain depots via the Stocked/Blue Diamond route or direct to customers via the e-Direct route to market.

two.2.5) Award criteria

Quality criterion - Name: Supply Resilience / Weighting: 20%

Quality criterion - Name: Social Value / Weighting: 20%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £1,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

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 is for 24 months with the option to extend incrementally for up to a total period of 48 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

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of 500,000 GBP to 1,000,000 GBP throughout the duration of this framework agreement (including all extension periods). However, this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the framework agreement.


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 lots 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.2.6), 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/ using the Message Centre facility linked to this particular contract notice.

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

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: 2022/S 000-025828

four.2.2) Time limit for receipt of tenders or requests to participate

Date

7 November 2022

Local time

1:00pm

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: 12 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

8 November 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

Accessing the tender:

This procurement exercise will be conducted on the NHS Supply Chain eProcurement portal at https://nhssupplychain.app.jaggaer.com/

Applicants 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 as follows:

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’ link to access the registration page,

— complete the registration pages.

Portal access:

If registration has been completed:

— login with URL https://nhssupplychain.app.jaggaer.com/

— Applicants should download the Supplier Userguide located within the eProcurement

portal.

— Select “My ITT’s”,

— Select the three ”…” to the top right hand side of the screen.

— Select “Help for Suppliers”. This will then open a new screen with a library of guidance document and a video which will guide you through how to submit a compliant bid.

Support:

Should Applicants require any system support or help to locate and submit a bid for the opportunity they should contact the Jaggaer Helpdesk on;

Tel: 0800 069 8630

Email: help_uk@jaggaer.com

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).

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.