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
Neh Ntumazah
Neh.Ntumazah@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 another address:
NHS Supply Chain
Foxbridge Way
Normanton
WF6 1TL
Contact
Neh Ntumazah
Neh.Ntumazah@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
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
Needlefree Connection Systems and Associated Products 2025
two.1.2) Main CPV code
- 33194000 - Devices and instruments for transfusion and infusion
two.1.3) Type of contract
Supplies
two.1.4) Short description
The NHS Supply Chain Needlefree Connection Systems and Associated Products Framework 2025 is intended to cover Needlefree connectors, extension sets and accessories . Lot 1 Needlefree Connectors/Valves. Lot 2 Needlefree Extension Sets. Lot 3 Needlefree Closed System Transfer Devices. Lot 4 Needlefree Associated Products. It is anticipated in the first year that spend will be approximatley £25,000,000 GBP, however this is approximate only and may vary depending on requirements of bodies purchasing under the Framework. The Framework Agreement between NHS Supply Chain and successful suppliers will reserve the right to purchase the same or similar supplies from suppliers not appointed to the Framework at its sole discretion.
NHS Supply Chain intends to enter into arrangements under which it will be entitled to purchase supplies 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.
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
Needlefree Connectors/Valves
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 33194100 - Devices and instruments for infusion
- 33194120 - Infusion supplies
- 33194200 - Devices and instruments for transfusion
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
Needlfree Connector/Valve, including Positive, Negative and Neutral fluid displacement, bi-directional fluid displacement and arterial.
two.2.5) Award criteria
Quality criterion - Name: Sales, Service and Quality / Weighting: 20
Quality criterion - Name: Training and Education / Weighting: 10
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 60
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 a further 24 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
This Lot is initially for 24 months with an option to extend to 48 months
two.2) Description
two.2.1) Title
Needlefree Extension Sets
Lot No
Lot 2
two.2.2) Additional CPV code(s)
- 33194000 - Devices and instruments for transfusion and infusion
- 33194100 - Devices and instruments for infusion
- 33194120 - Infusion supplies
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
Needlfree Connector/Valve, including Positive, Negative and Neutral fluid displacement, bi-directional fluid displacement and arterial.
two.2.5) Award criteria
Quality criterion - Name: Sales, Service and Quality / Weighting: 20
Quality criterion - Name: Training and Education / Weighting: 10
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 60
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 a further 24 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
This Lot is initially for 24 months with an option to extend to 48 months
two.2) Description
two.2.1) Title
Needlefree Closed System Transfer Devices
Lot No
Lot 3
two.2.2) Additional CPV code(s)
- 33194100 - Devices and instruments for infusion
- 33194120 - Infusion supplies
- 33194200 - Devices and instruments for transfusion
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
Needlfree Connector/Valve, including Positive, Negative and Neutral fluid displacement, bi-directional fluid displacement and arterial.
two.2.5) Award criteria
Quality criterion - Name: Sales, Service and Quality / Weighting: 20
Quality criterion - Name: Training and Education / Weighting: 10
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 60
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 a further 24 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
This Lot is initially for 24 months with an option to extend to 48 months
two.2) Description
two.2.1) Title
Needlefree Associated Products
Lot No
Lot 4
two.2.2) Additional CPV code(s)
- 33194100 - Devices and instruments for infusion
- 33194120 - Infusion supplies
- 33194200 - Devices and instruments for transfusion
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
Needlfree Connector/Valve, including Positive, Negative and Neutral fluid displacement, bi-directional fluid displacement and arterial.
two.2.5) Award criteria
Quality criterion - Name: Sales, Service and Quality / Weighting: 20
Quality criterion - Name: Training and Education / Weighting: 10
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 60
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 a further 24 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
This Lot is initially for 24 months with an option to extend to 48 months
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.6 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.
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.
The Framework Agreement will be between NHS Supply Chain and the Supplier, however 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.1.6) 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.2.2) Time limit for receipt of tenders or requests to participate
Date
25 November 2024
Local time
3:00pm
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: 8 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
26 November 2024
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
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_1498 - Lot 1 Needlefree Connectors/Valves
ITT_1500 - Lot 2 Needlefree Extension Sets
ITT_1501 - Lot 3 Needlefree Closed System Transfer Devices
ITT_1502 - Lot 4 Needlefree Associated Products
ITT_1497_Needlefree Connection Systems and Associated Products 2025
Please note: you must respond to ITT_1497 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
N/A
N/A
N/A
N/A
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)