- Scope of the procurement
- Lot 1. Suction Consumables
- Lot 2. Manual and Powered Suction Devices, Machines, Suction Canisters, Accessories and Purchase Plan
- Lot 3. Wound Drains, Chest/Thoracic Drainage, Accessories and Purchase Plan
- Lot 4. Post Operative and Intra Operative Autologous Blood System Products, Accessories and Purchase Plan
Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
Sophie.Calpin1@supplychain.nhs.uk
Country
United Kingdom
Region 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//
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
Suction Consumables, Wound Drainage, Autologous Blood Systems and Accessories
two.1.2) Main CPV code
- 33140000 - Medical consumables
two.1.3) Type of contract
Supplies
two.1.4) Short description
The scope of the Framework Agreement is for the supply of products and their associated consumables and accessories for suction consumables, wound drainage post-operative and intraoperative autologous blood system products.
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £47,100,000 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. The estimated value of the total Framework Agreement term (including any extension options) is £188,400,000.
two.1.5) Estimated total value
Value excluding VAT: £188,400,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
4
two.2) Description
two.2.1) Title
Suction Consumables
Lot No
1
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
- 33140000 - Medical consumables
- 33141200 - Catheters
- 33141240 - Catheter accessories
- 33141600 - Collector and collection bags, drainage and kits
- 33162000 - Operating theatre devices and instruments
- 33170000 - Anaesthesia and resuscitation
- 33172000 - Anaesthesia and resuscitation devices
- 33190000 - Miscellaneous medical devices and products
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
This Lot is for all suction consumables which assist the efficiency of the suction device and / or to support specimen collection. The products include: Open and Closed Suction Catheters, Replogle Suction Catheters, Rigid and Flexible Suction Catheters (Yankeur), Suction Tubing, Sample Collection Devices, Oral Care Kits.
two.2.5) Award criteria
Quality criterion - Name: Supply Chain Resilience / Weighting: 25
Quality criterion - Name: Sales, Service and Quality / Weighting: 20
Quality criterion - Name: Training and Education Value Add Programmes / Weighting: 15
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £120,000,000
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 will have 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 £30,000,000 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.
two.2) Description
two.2.1) Title
Manual and Powered Suction Devices, Machines, Suction Canisters, Accessories and Purchase Plan
Lot No
2
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
- 33140000 - Medical consumables
- 33141600 - Collector and collection bags, drainage and kits
- 33162000 - Operating theatre devices and instruments
- 33170000 - Anaesthesia and resuscitation
- 33171000 - Instruments for anaesthesia and resuscitation
- 33172000 - Anaesthesia and resuscitation devices
- 33190000 - Miscellaneous medical devices and products
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
This Lot is for Manual and Powered Suction Devices, Machines, Suction Canisters, Accessories and Purchase Plans. The products include: Suction Machines / Devices, Portable Suction Machines / Devices, Haemorrhoid Suction Ligators, Manual Suction Devices, Suction Canisters, Disposable Suction Liners, Vacuum / Suction Regulators, Filters For Suction Machines / Devices, Pre-gelling Agents, Consumables Accessories.
two.2.5) Award criteria
Quality criterion - Name: Supply Chain Resilience / Weighting: 25
Quality criterion - Name: Sales, Service and Quality / Weighting: 20
Quality criterion - Name: Training and Education Value Add Programmes / Weighting: 15
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £30,000,000
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 will have 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 £7,500,000 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.
two.2) Description
two.2.1) Title
Wound Drains, Chest/Thoracic Drainage, Accessories and Purchase Plan
Lot No
3
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
- 33140000 - Medical consumables
- 33141200 - Catheters
- 33141600 - Collector and collection bags, drainage and kits
- 33162000 - Operating theatre devices and instruments
- 33190000 - Miscellaneous medical devices and products
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
This Lot is for Wound Drains, Chest Thoracic Drainage, Accessories and Purchase Plans. The products include: Wound Drains (Open Drains, Closed Drains, Closed Non-Suction Drains (Passive), Closed Suction Drains (Active)), Drainage Catheters Systems & Kits, Pleural Drainage Catheters, Indwelling Catheters, Multipurpose Drainage Catheters, Thoracentesis / Paracentesis Aspiration Kit, Pleural Ambulatory Devices, Chest Drain Valves, Chest Drain Bottles, Digital Suction Systems and Accessories, Drainage Related Accessories.
two.2.5) Award criteria
Quality criterion - Name: Supply Chain Resilience / Weighting: 25
Quality criterion - Name: Sales, Service and Quality / Weighting: 20
Quality criterion - Name: Training and Education Value Add Programmes / Weighting: 15
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £32,000,000
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 will have 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 £8,000,000 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.
two.2) Description
two.2.1) Title
Post Operative and Intra Operative Autologous Blood System Products, Accessories and Purchase Plan
Lot No
4
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
- 33141600 - Collector and collection bags, drainage and kits
- 33194000 - Devices and instruments for transfusion and infusion
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
This Lots is for Post Operative Autologous Blood System Products, Intra Operative Autologous Blood System Products, Related Accessories and Purchase Plans.
two.2.5) Award criteria
Quality criterion - Name: Supply Chain Resilience / Weighting: 25
Quality criterion - Name: Sales, Service and Quality / Weighting: 20
Quality criterion - Name: Training and Education Value Add Programmes / Weighting: 15
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £6,400,000
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 will have 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 £1,600,000 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.
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 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.
The Framework Agreement will be between NHS Supply Chain and the Supplier. Under the Framework Agreement there will be two different methods of supply - one for Non-Direct Contract Products and one for Direct Contract Products.
Non-Direct Contract Goods: products purchased via the Stock and E-Direct route of supply.
Direct Contracts Goods: products purchased direct by the Customer using a URN allocated by NHS Supply Chain.
NHS Supply Chain will be entitled to purchase the supplies and/or services identified below as Non-Direct Contract Products which it will then 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.
For the supplies and/or services identified as Direct Contract Products below 1) NHS Supply Chain; 2) any NHS Trust; 3) any other NHS entity; 4) any government department, agency or other statutory body and/or 5) any private sector entity active in the UK healthcare sector will be able to enter into a direct contract with the Supplier for any of the supplies and/or services under the Framework.
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// 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.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction
Although an electronic auction will not be used to award all or part of the requirements of the Framework Agreement the use of eAuctions may be an option as part of any contracts awarded under the 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: 2023/S 000-004236
four.2.2) Time limit for receipt of tenders or requests to participate
Date
7 October 2024
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
8 October 2024
Local time
9:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Submission of expression of interest and procurement specific information:
This procurement exercise will be conducted on the NHS Supply Chain eTendering 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 eTendering 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 ‘Not Registered Yet’ link to access the registration page.
— Complete the registration pages as guided by the mini guide found on the landing page.
Portal access.
If registration has been completed:
— Login with URL https://nhssupplychain.app.jaggaer.com// .
— Click on ITTs Open to All Suppliers.
— Select from the following ITTs:
ITT_1446
ITT_1447
ITT_1448
ITT_1449
ITT_1450
Please note: you must respond to ITT_1446 In addition to any lots you intend to respond to.
— Click on Express Interest.
— If you intend to respond select Intend to Respond.
Applicants are encouraged to download the supplier handbook located within the eProcurement portal by following the 'Supplier Helpcentre' 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