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 Holmes
michael.holmes@supplychain.nhs.uk
Telephone
+44 1158579324
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
Unit 5 Telford Court, Chester Gates, Dunkirk Trading
Chester
CH1 6LT
michael.holmes@supplychain.nhs.uk
Telephone
+44 1158579324
Country
United Kingdom
Region code
UKD63 - Cheshire West and Chester
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
Single Use Theatre Protective Wear & Associated Consumables
two.1.2) Main CPV code
- 33140000 - Medical consumables
two.1.3) Type of contract
Supplies
two.1.4) Short description
This notice is to inform potential suppliers of an upcoming procurement opportunity for single use theatre-associated personal protective equipment (PPE). The scope of this procurement will include a comprehensive range of PPE and related accessories for maintaining the sterile conditions in surgical environments. Items to be procured include: sterile gowns, patient & equipment drapes, headwear and accessories.
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.
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 (national product matrices)/bulk buy initiatives.
It is intended that this framework will be let on an initial three (3) year term, with optional extensions to not exceed a maximum duration of four (4) years in total.
two.1.5) Estimated total value
Value excluding VAT: £26,160,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Maximum number of lots that may be awarded to one tenderer: 4
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
It is intended that any successful tenderer can be awarded to any combination of Lots.
two.2) Description
two.2.1) Title
Single Use Sterile Gowns
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 18143000 - Protective gear
- 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 lot includes single use sterile gowns, which are worn by surgical teams to ensure a sterile field. It is intended that this Lot will include an opportunity for awarded suppliers to submit commitment based pricing, to support cash-releasing savings benefit.
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £2.4m to £4.1m 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
Single Use Patient & Equipment Drapes
Lot No
Lot 2
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
- 39515200 - Drapes
- 39518100 - Operating-theatre drapes
- 39518200 - Operating-theatre sheets
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 includes patient and equipment drapes, which are used to cover patients and surgical instruments to maintain sterility. It is intended that this Lot will include an opportunity for awarded suppliers to submit commitment based pricing, to support cash-releasing savings benefit.
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £250k to £1.1m 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
Single Use Headwear
Lot No
Lot 3
two.2.2) Additional CPV code(s)
- 18143000 - Protective gear
- 18444000 - Protective headgear
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 includes theatre caps, across a variety of colours to protect against contamination. It is intended that this lot will include an option for a bulk buy discount to be offered by awarded suppliers.
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £775k to £840k 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
Single Use Theatre Accessories
Lot No
Lot 4
two.2.2) Additional CPV code(s)
- 18100000 - Occupational clothing, special workwear and accessories
- 18114000 - Coveralls
- 18143000 - Protective gear
- 18441000 - Hats
- 18443000 - Headgear and headgear accessories
- 33140000 - Medical consumables
- 33199000 - Medical clothing
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 includes all other theatre accessories, worn by surgical teams, to ensure a safe and sterile operating environment. The products in scope include overshoes, beard covers and coveralls.
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £150k to £500k 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
20 November 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.
NHS Supply Chain is currently considering the use of Lots for this procurement. However, it reserves the right not to as part of any future tender process. Further information in respect of the Lot strategy will be set out in the notice for the forthcoming procurement.
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, with a minimum score attainment of 40%, within 12 months of the future 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.
As part of its pre-tender strategy, NHS Supply Chain anticipates engaging with suppliers of these products via an expression of interest [and a 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_557 - RFI - Single Use Clinical Protective Wear PPE
EXPRESSION OF INTEREST
- Click on the ‘EXPRESS INTEREST’ button in the top right corner.
RFI
- 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 indicated here.