Tender

Home Parenteral Nutrition

  • Belfast Health & Social Care Trust

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-086142

Procurement identifier (OCID): ocds-h6vhtk-05fd4e

Published 24 December 2025, 12:52pm



Scope

Reference

5954737

Description

This tendering exercise aims at renewing the compliant and effective framework for supply and delivery of Home Parenteral Nutrition which was due to expire on 30th June 2025.

*The existing Home Parenteral Nutrition Framework

was extended by 10 months respectively (under clause 2.3,

Commercial Terms and Conditions ) to 31st May 2026 to allow additional time for completion of this tender.

Commercial tool

Establishes a framework

Total value (estimated)

  • £33,561,582 excluding VAT
  • £40,273,898 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 June 2026 to 31 May 2030
  • 4 years

Main procurement category

Goods

CPV classifications

  • 33692200 - Parenteral nutrition products

Contract locations

  • UKN - Northern Ireland

Framework

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

0%

Framework operation description

This in an unranked framework for the provision of Home Parenteral Nutrition to Northern Ireland delivered by the following body in NI;

Belfast Health and Social Care Trust (BHSCT)

The Framework Agreement will operate either a Direct Call-Off system, a Partial Further Competition or a Further Competition whereby the Buyer will engage the services of the Framework Provider through a Direct Call-off or a form of further competition or both. In accordance with CP21 the Tender Assessment Methodology, all suppliers who meet the assessment criteria will be appointed to the framework. The framework does not rank suppliers, and call-off decisions will be made based on the Buyer's operational, clinical, and technical requirements.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Establishing party only


Participation

Legal and financial capacity conditions of participation

15.1 Insurances

Suppliers must confirm that they will have prior to contract commencement date, the insurance as detailed within the terms and conditions of contract Schedule 22. Mandatory Requirement

Pass/Fail

To achieve a "Pass" suppliers must confirm that by answering "Yes" that they will have the insurance as detailed within the terms and conditions of contract Schedule 22 prior to the commencement date, a "No" response will result in a "Fail".

15.2 Insurances

Suppliers must insert details of insurances already in place

OR

Suppliers must insert details of insurances which will be obtained following contract award (including information on how this insurance will be obtained - e.g. a quote) Mandatory Requirement

Pass/Fail

To achieve a "Pass" Suppliers must insert the details of insurance already in place OR insert the details of the insurance which will be obtained following the contract award - including information on how the insurance will be obtained, failure to do so will result in a "Fail".

15.3 Bank details

Suppliers must insert the following bank details: the name, address and telephone number of their banker Mandatory Requirement

Pass/Fail

To achieve a "Pass" Suppliers must have provided their bank details - name, address and telephone number of their banker, failure to do so will result in a "Fail".

15.4 Banking History

Suppliers must provide evidence to demonstrate that they have the financial capacity required for the contract.

Note to Suppliers the Buyer will not be paying charges for information requested. Please furnish this by providing the following:

- Account Name

- Sort Code

- Number of Years account has been opened. Mandatory Requirement

Pass/Fail

To achieve a "Pass" Suppliers must have provided their banking history to evidence that they have the financial capacity required for the contract, failure to do so will result in a "Fail".

15.8 Terms and Conditions

Suppliers must confirm that they have carefully read the documents attached, titled Mid-Tier Core Terms and accompanying Schedules and confirm they accept these terms.

Mandatory Requirement

Pass/Fail

To achieve a "Pass" suppliers must confirm by answering "Yes". A "No" response will result in a "Fail".

15.9 Real Living Wage

In accordance with the Procurement Policy Note (PPN) 01/21 Social Value in Procurement (PPN 01/21) suppliers must confirm, if awarded, that they will pay the Living Wage Foundation rates as a minimum to all workers directly involved in this contract.

Further information is available from the Living Wage Foundation https://www.livingwage.org.uk

Suppliers must confirm, if awarded, that they will pay the Living Wage Foundation rates as a minimum to all workers directly involved in this contract. The Buyer reserves the right to request information as evidence at any time during the contract.

Mandatory Requirement

Pass/Fail

To achieve a "Pass" suppliers must confirm by answering "Yes". A "No" response will result in a "Fail".

15.10 Award Form

Suppliers must attach their completed Mid-Tier Award Form.

Mandatory Requirement

Pass/Fail

To achieve a "Pass" suppliers must have attached their completed Mid-Tier Award Form, failure to do so will result in a "Fail".

15.11 Mid-Tier Schedule 20 (Processing Data)

Suppliers must attach their completed Schedule 20 (Processing Data).

Mandatory Requirement

Pass/Fail

To achieve a "Pass" Suppliers must have attached their completed Mid-Tier Schedule 20 (Processing Data). Failure to do so will result in a "Fail".

Technical ability conditions of participation

16.1

16.1a - 16.1c Suppliers must provide details in questions 16.1a, 16.1b and 16.1c, of up to three contracts to meet conditions of participation relating to technical ability set out in the relevant notice or procurement documents, in any combination from either the public or private sectors (which may include samples of grant-funded work).

16.2

Suppliers who cannot provide at least one example of previous contracts held which are relevant to the requirement, must provide an explanation for this and how they meet the conditions of participation relating to technical ability in no more than 500 words e.g. your organisation is a new start-up or you have provided services in the past but not under a contract.

Mandatory Requirement

Pass/Fail

To achieve a "Pass" suppliers, must have provided a minimum of one contract from the past three years. The named contact provided must be able to validate that the information provided in response to this question is accurate.

For consortium bids, or where you have indicated that you are relying on an associated person to meet the technical ability, you should provide relevant examples of where the associated person has delivered similar requirements. If this is not possible (e.g. the consortium is newly formed or a special purpose vehicle is to be created for this contract) then three separate examples should be provided between the principal member(s) of the proposed consortium or members of the special purpose vehicle or sub-Suppliers (three examples are not required from each member).

OR

To achieve a "Pass" suppliers must have provided an explanation to why you have been unable to provide an example of at least one previous contract as per 16.2, failure to do so will result in a "Fail".

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

21 January 2026, 12:00am

Tender submission deadline

28 January 2026, 3:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

1 April 2026

Recurring procurement

Publication date of next tender notice (estimated): 1 December 2029


Award criteria

This table displays the award criteria of the lot
Name Description Type
Confirmation of Compliance with Specification

Pass/Fail Award Criteria - Do you confirm that you will strictly observe and comply with requirements as set out in document PaLS Mid-Tier Schedule 02 (Specification)

Quality
Certificates of Conformance

Pass/Fail Award Criteria - Attach a PDF or jpeg image(s) of a Certificate of Conformance (CofC) which clearly displays the information that will be provided for unlicensed Parenteral Nutrition...

Quality
Certificates of Conformance

Pass/Fail Award Criteria - Where the PDF or jpeg image(s) of your Certificates of Conformance does not currently display the information stated in "Quality Assurance of Aseptic Preparation Services:...

Quality
Product Labelling

Pass/Fail Award Criteria - Attach a PDF or jpeg image(s) of the labelling that will be provided with unlicensed Products.

The file should be a zipped folder and named "Name of Tenderer Label"

Quality
Lipid Content

Pass/Fail Award Criteria - Do you confirm that where lipid is required in a patient's prescription provided in a large volume (3,000ml - 4,500ml) bespoke parenteral nutrition bag, it will contain...

Quality
Cold Chain

Pass/Fail Award Criteria - Do you confirm that where applicable all parenteral nutrition Product will be managed under cold chain conditions when moved from the manufacturing unit to the patient's...

Quality
Telephone number(s)

Pass/Fail Award Criteria - Do you confirm that free phone land and mobile numbers will be made available to provide help-line support to patients?

Quality
Email

Pass/Fail Award Criteria - Do you confirm that all communications regarding patients will be managed with a secure hscni.net or NHS.net email address or transferred in a password protected file in...

Quality
Contact Details

Pass/Fail Award Criteria - Do you confirm that you will provide contact name(s) and detail(s) relating to the first points of contact required within the PaLS Mid-Tier Schedule 02 (Specification)

Quality
Set-up of a new patient

10% Scored Award Criteria - Provide a detailed project plan showing how you will manage the setting up of a new patient. The project plan must set out the timeline from notification of a new patient...

Quality
Transfer of patient between Suppliers

5% Scored Award Criteria - Provide a detailed project plan showing how you will manage the transfer of patient between two framework Suppliers. The project plan must set out the timeline from...

Quality
Prescription Change

7% Scored Award Criteria - Provide a detailed project plan showing how you will manage a change to an existing patient's prescription. The project plan must set out the timeline from notification by...

Quality
Non-compliant actions of a patient

4% Scored Award Criteria - Explain how you will manage a situation where it is identified that a patient is not following their home parenteral nutrition instructions/guidance e.g. products are not...

Quality
Business Continuity

11% Scored Award Criteria - Explain your business continuity plan which will be implemented in a situation where there is (a) a potential and (b) an actual disruption to the manufacture and/or...

Quality
On-going Patient Support

5% Scored Award Criteria - Explain how you will support patients to ensure that they are obtaining the level of care appropriate to their individual needs and their stage within the home parenteral...

Quality
Continuous Improvement

3% Scored Award Criteria - Set out aspects of service delivery where you believe you can work with the Buyer to

a. improve the quality of service provision within the tendered pricing structure; and/...

Quality
Social Value

10% Scored Award Criteria - With reference to the Social Value Schedule set out in Schedule 2 - Section 5.49 - Social Value Criteria. , Describe how you will consider and respond to the needs of...

Quality
Price

45% Scored Award Criteria - Suppliers who successfully follow the instructions and attach a completed CP22 Pricing Schedule will receive a total financial score

Price

Weighting description

Pass/Fail and Scored Award Criteria


Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure

Justification for not publishing a preliminary market engagement notice

PME conducted in 2024 notice ref 2024/S 000-037800


Contracting authority

Belfast Health & Social Care Trust

  • Public Procurement Organisation Number: PLQJ-5727-JCLR

Trust Headquarters, 2nd Floor, Non Clinical Support Building, Royal Victoria Hospital

Belfast

BT12 6BA

United Kingdom

Region: UKN06 - Belfast

Organisation type: Public authority - central government

Devolved regulations that apply: Northern Ireland


Other organisation

These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.

Regional Business Services Organisation, Procurement and Logistics Service

Summary of their role in this procurement: BSO PaLS are both a Contracting authority and tendering on behalf of all other organisations listed

  • Public Procurement Organisation Number: PWNJ-1991-NGDW

77 Boucher Crescent

Belfast

BT12 6HU

United Kingdom

Region: UKN06 - Belfast


Contact organisation

Contact Regional Business Services Organisation, Procurement and Logistics Service for any enquiries.