Planning

Blood Culture Collection Systems

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

F01: Prior information notice (prior information only)

Notice identifier: 2022/S 000-034600

Procurement identifier (OCID): ocds-h6vhtk-038b54

Published 7 December 2022, 10:43am



Section one: Contracting authority

one.1) Name and addresses

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

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

Contact

Charlotte Farrell

Email

charlotte.farrell@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

Additional information can be obtained from another address:

DHL Supply Chain Limited

Foxbridge Way

Normanton

WF6 1TL

Contact

Charlotte Farrell

Email

charlotte.farrell@supplychain.nhs.uk

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

Blood Culture Collection Systems

two.1.2) Main CPV code

  • 33141300 - Venepuncture, blood sampling devices

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Framework Agreement is for the supply of safety blood culture collection systems with initial specimen diversion devices (ISSD) intended for use in acute and community clinical settings.

Precise quantities and expenditure are unknown. 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: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 33141300 - Venepuncture, blood sampling devices

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

The Framework Agreement is for the supply of safety blood culture collection systems with initial specimen diversion devices (ISSD) intended for use in acute and community clinical settings.

Precise quantities and expenditure are unknown. Values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

two.2.14) Additional information

Blood Culture Collection Systems are devices designed to increase the safety of routine venepuncture procedures and prevent needle stick injuries. Blood Culture Collection Systems must contain as a minimum: Stainless Steel Needle, Sharp-Safety Mechanism, Flexible Tubing.

two.3) Estimated date of publication of contract notice

24 February 2023


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 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 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.

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.

• Public Liability Insurance cover of £5m per claim in the name of the Applicant.

• Product Liability Insurance cover in the name of the Applicant of £5m per claim or £5m per claim and in the annual aggregate

• 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).

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 NHS has adopted PPN 06/20 (taking account of Social Value in the award of Government Contracts) 2022, and therefore this future Framework Agreement will include some qualitative evaluation questions on Social Value with a min. weighting of 10% towards the award. For more information on Social Value and to understand what’s included in Social Value, please see:

https://www.gov.uk/government/publications/procurement-policy-note-0620-takingaccount-ofsocialvaluein-the-award-of-central-government-contracts. In addition, from April 2023: the NHS will adopt the Government’s ‘Taking Account of Carbon Reduction Plans‘ (PPN 06/21) requiring all suppliers with new contracts for goods, services, and/or works with an anticipated contract value above £5 million per annum, to publish a carbon reduction plan for their direct emissions. From April 2024, the NHS will expand this requirement for all new contracts, irrespective of value.

As part of its pre-tender strategy, NHS Supply Chain anticipates engaging with suppliers of these products. If you would like to contact NHS Supply Chain 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

Login with above URL. Within supplier area, click ‘SQs Open To All Suppliers’ link and select SQ_296 “SQ Blood Culture Collection Systems”, Project_1153. Select Express interest.

Select the ‘Messages’ tab, where messages can be sent to or received from NHS Supply Chain.