Planning

General Wound Care

  • NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)

F01: Prior information notice (prior information only)

Notice identifier: 2024/S 000-028816

Procurement identifier (OCID): ocds-h6vhtk-049948

Published 9 September 2024, 3:11pm



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

Shane Walker

Email

shane.walker1@supplychain.nhs.uk

Telephone

+44 7977371544

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

Additional information can be obtained from another address:

NHS Supply Chain

Foxbridge Way

Normanton

WF6 1TL

Contact

Shane Walker

Email

shane.walker1@supplychain.nhs.uk

Telephone

+44 7977371544

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

General Wound Care

two.1.2) Main CPV code

  • 33140000 - Medical consumables

two.1.3) Type of contract

Supplies

two.1.4) Short description

NHS Supply Chain seeks to establish a framework agreement which will cover a large range of products to help influence ideal wound healing environments, prevent infection and skin breakage including, but not limited to general use bandages, medical swabs, gauze absorbents, cotton wool, first aid kits, plasters, ambulance and emergency products, and others TBC.

It is anticipated that initial expenditure for this framework will be in the circa £13,500,000 to £14,500,00 GBP in the first year of this framework agreement. If the Framework Agreement is extended to the maximum duration, the anticipated expenditure will be circa £54,000,000 to £58,000,000 GBP (exc VAT).

These are approximates only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.2) Description

two.2.1) Title

General Use Bandages

Lot No

Lot 1

two.2.2) Additional CPV code(s)

  • 33141113 - Bandages

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 a range of bandages in differing widths and lengths, including conforming, triangular, zinc paste bandage, stockinette, tubular, elastic adhesive, support, suspensory, silk, foam and zinc oxide impregnated medicated stockings.

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £5,000,000 to £5,800,000 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

Medical Swabs

Lot No

Lot 2

two.2.2) Additional CPV code(s)

  • 33141110 - Dressings
  • 33141114 - Medical gauze

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 a range of medical swabs consisting of gauze, non woven, type 13 and x-ray detectable. These swabs have a range of various sizes, ply's, sterility and colours

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £6,800,00 to £7,900,000 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

Gauze Absorbents

Lot No

Lot 3

two.2.2) Additional CPV code(s)

  • 33141114 - Medical gauze

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 a range of gauze absorbents consisting of gauze absorbent ribbon, napkin dental absorbent gauze, cotton throat pack absorbent, eye pad non woven, pledget gauze, swab gauze roll, tissue gauze and cotton pads. These gauzes have a range of various sizes, ply's, sterility and colours

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £500,000 to £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.

two.2) Description

two.2.1) Title

Ancillary Swabs

Lot No

Lot 4

two.2.2) Additional CPV code(s)

  • 33141110 - Dressings
  • 33141114 - Medical gauze

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 is a lot for a range of ancillary swabs consisting of non woven balls, non woven re-enforced swab, swab applicator cotton tipped, polygon swab, and nasal tampon.

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £280,000 to £330,000 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

Cotton Wool

Lot No

Lot 5

two.2.2) Additional CPV code(s)

  • 33141117 - Cotton wool

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 is a lot for a range of cotton wool consisting of cotton wool balls, cotton wool roll, and absorbent dental roll. These cotton wool have a range of sizes and sterility.

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £360,000 to £420,000 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

First Aid Kits

Lot No

Lot 6

two.2.2) Additional CPV code(s)

  • 33141623 - First-aid boxes

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 is a lot for first aid kits consisting of kits for burns, catering, work place, and eye wash.

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £90,000 to £105,000 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

Plasters

Lot No

7

two.2.2) Additional CPV code(s)

  • 33141112 - Plasters

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 is a lot for plasters consisting of assorted boxes, children's decorated, spot wash proof, and wash proof plasters. These plasters have a range of sizes and colours.

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £140,000 to £170,000 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

Ambulance and Emergency Products

Lot No

Lot 8

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 in the UK

two.2.4) Description of the procurement

This is a lot for Ambulance and Emergency products consisting of absorbent dressings, arterial tourniquets, disposable head block, dressing wound with conforming stretch bandage sterile, emergency chest seal, haemostatic gauze dressing, occlusive dressing, and trauma bandages. These products have a range of sizes and colours.

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £370,000 to £440,000 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.3) Estimated date of publication of contract notice

14 February 2025


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 Service (or equivalent) 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 and distribution. Further information in respect of certification requirements will be set out in the notice and tender documents 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.

* 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).

Carbon reduction Plan – All suppliers of new contracts for goods, services and works are required to publish a Carbon Reduction Plan (CRP) (PPN 06/21). This will be a pass/fail requirement at SQ stage of the upcoming tender.

Social Value Requirements – All procurements will include a minimum 10% net zero and social value weighting. Questions in the upcoming tender will form part of the Non-Financial criteria. Should the upcoming tender be identified as Medium or High risk in relation to modern slavery, a pass/fail requirement will be implemented in relation to a Modern Slavery Social Value question, with a score of 2 or above required to achieve a pass.

Evergreen Assessment – All Suppliers are required to complete an Evergreen Supplier Assessment. This will be a pass/fail requirement at SQ stage of the upcoming tender.

NHS England Supplier Roadmap – The NHS net zero supplier roadmap sets out the steps suppliers must take to align wit the NHS net zero ambition between now and 2030.

Modern Slavery – All suppliers must complete and maintain an up-to-date Modern Slavery Assessment Tool (MSAT) as a minimum requirement (PPN 02/23). This will be a pass/fail requirement at SQ stage of the upcoming tender

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) - guidance below:

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

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

- Click on “SQs Open to All Suppliers”.

EXPRESSION OF INTEREST

- Find SQ_553-General Woundcare and click the blue text.

- Express an interest by clicking on the ‘EXPRESS INTEREST’ button in the top right corner.

REQUEST FOR INFORMATION DOCUMENT

- The Request for Information Document will then be sent to you via the Jaggaer Messaging Centre, which Applicants will be asked to complete and return.