Notice Information
Notice Title
Blood Culture Collection Systems
Notice Description
Supply of safety blood culture collection systems with initial specimen diversion devices (ISSD) intended for use in acute and community clinical settings.
Lot Information
Lot 1
Following the publication of a Prior Information Notice (PIN) NHS Supply Chain is entering into the market for the supply of safety blood culture collection systems with initial specimen diversion devices (ISSD) intended for use in acute and community clinical settings. NHS Supply Chain intends to enter into a Framework Agreement with 1 available supplier. The Term of this Framework Agreement is anticipated to be up to the end date of 7th of March 2026. 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. 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.
Procurement Information
There was only 1 supplier in the market that met all the requirements following the publication of a PIN.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-038b54
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/019321-2023
- Current Stage
- Award
- All Stages
- Planning, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Limited
- Procurement Method Details
- Award procedure without prior publication of a call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
33 - Medical equipments, pharmaceuticals and personal care products
-
- CPV Codes
33141300 - Venepuncture, blood sampling devices
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £5,000,000 £1M-£10M
Notice Dates
- Publication Date
- 6 Jul 20232 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 24 Feb 2023Expired
- Award Date
- 21 Jun 20232 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NHS SUPPLY CHAIN
- Additional Buyers
NHS SUPPLY CHAIN OPERATED BY DHL SUPPLY CHAIN LIMITED ACTING AS AGENT OF SUPPLY CHAIN COORDINATION LTD (SCCL)
- Contact Name
- Charlotte Farrell, Sophie Calpin
- Contact Email
- charlotte.farrell@supplychain.nhs.uk, sophie.calpin1@supplychain.nhs.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SE1 8UG
- Post Town
- South East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI45 Lambeth
- Delivery Location
- Not specified
-
- Local Authority
- Lambeth
- Electoral Ward
- Waterloo & South Bank
- Westminster Constituency
- Vauxhall and Camberwell Green
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-038b54-2023-07-06T15:09:14+01:00",
"date": "2023-07-06T15:09:14+01:00",
"ocid": "ocds-h6vhtk-038b54",
"description": "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 PS5m per claim in the name of the Applicant. * Product Liability Insurance cover in the name of the Applicant of PS5m per claim or PS5m 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 PS5 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.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-038b54",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Blood Culture Collection Systems",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "33141300",
"description": "Venepuncture, blood sampling devices"
},
"mainProcurementCategory": "goods",
"description": "Supply of safety blood culture collection systems with initial specimen diversion devices (ISSD) intended for use in acute and community clinical settings.",
"lots": [
{
"id": "1",
"description": "Following the publication of a Prior Information Notice (PIN) NHS Supply Chain is entering into the market for the supply of safety blood culture collection systems with initial specimen diversion devices (ISSD) intended for use in acute and community clinical settings. NHS Supply Chain intends to enter into a Framework Agreement with 1 available supplier. The Term of this Framework Agreement is anticipated to be up to the end date of 7th of March 2026. 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. 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.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Not Applicable",
"type": "quality",
"description": "100"
},
{
"name": "Not Applicable",
"type": "cost",
"description": "100"
}
]
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "33141300",
"description": "Venepuncture, blood sampling devices"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Various locations in the UK"
},
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2023-02-24T00:00:00Z",
"atypicalToolUrl": "https://nhssupplychain.app.jaggaer.com/"
},
"coveredBy": [
"GPA"
],
"procurementMethod": "limited",
"procurementMethodDetails": "Award procedure without prior publication of a call for competition",
"techniques": {
"hasFrameworkAgreement": true
},
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_OUTSIDE_SCOPE",
"description": "The procurement falls outside the scope of application of the directive"
}
],
"procurementMethodRationale": "There was only 1 supplier in the market that met all the requirements following the publication of a PIN."
},
"parties": [
{
"id": "GB-FTS-70231",
"name": "NHS Supply Chain operated by DHL Supply Chain Limited acting as agent of Supply Chain Coordination Ltd (SCCL)",
"identifier": {
"legalName": "NHS Supply Chain operated by DHL Supply Chain Limited acting as agent of Supply Chain Coordination Ltd (SCCL)"
},
"address": {
"streetAddress": "Wellington House, 133-155 Waterloo Road",
"locality": "London",
"region": "UKI4",
"postalCode": "SE1 8UG",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Charlotte Farrell",
"email": "charlotte.farrell@supplychain.nhs.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-of-health",
"buyerProfile": "https://www.gov.uk/government/organisations/department-of-health/about/procurement",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "NATIONAL_AGENCY",
"description": "National or federal agency/office"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-1946",
"name": "DHL Supply Chain Limited",
"identifier": {
"legalName": "DHL Supply Chain Limited"
},
"address": {
"streetAddress": "Foxbridge Way",
"locality": "Normanton",
"region": "UKE4",
"postalCode": "WF6 1TL",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Charlotte Farrell",
"email": "charlotte.farrell@supplychain.nhs.uk"
},
"roles": [
"processContactPoint"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-of-health",
"buyerProfile": "https://www.gov.uk/government/organisations/department-of-health/about/procurement"
}
},
{
"id": "GB-FTS-55018",
"name": "NHS Supply Chain",
"identifier": {
"legalName": "NHS Supply Chain"
},
"address": {
"streetAddress": "Wellington House, 133-155 Waterloo Road",
"locality": "London",
"region": "UKI4",
"postalCode": "SE1 8UG",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Sophie Calpin",
"email": "sophie.calpin1@supplychain.nhs.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-of-health",
"buyerProfile": "https://www.gov.uk/government/organisations/department-of-health/about/procurement",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "NATIONAL_AGENCY",
"description": "National or federal agency/office"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-85812",
"name": "Iskus Health UK Limited",
"identifier": {
"legalName": "Iskus Health UK Limited"
},
"address": {
"streetAddress": "8 Carroll Drive",
"locality": "Warwick",
"region": "UKG13",
"postalCode": "CV34 6GZ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-17967",
"name": "NHS Supply Chain",
"identifier": {
"legalName": "NHS Supply Chain"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-21565",
"name": "Iskus Health UK Limited",
"identifier": {
"legalName": "Iskus Health UK Limited"
},
"address": {
"locality": "Warwick",
"region": "UKG13",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-142",
"name": "Not Applicable",
"identifier": {
"legalName": "Not Applicable"
},
"address": {
"locality": "Not Applicable",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-55018",
"name": "NHS Supply Chain"
},
"language": "en",
"awards": [
{
"id": "017816-2023-Project_1153-1",
"relatedLots": [
"1"
],
"title": "Blood Culture Collection Systems",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-85812",
"name": "Iskus Health UK Limited"
}
]
},
{
"id": "019321-2023-Project_1153-1",
"relatedLots": [
"1"
],
"title": "Blood Culture Collection Systems",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-21565",
"name": "Iskus Health UK Limited"
}
]
}
],
"contracts": [
{
"id": "017816-2023-Project_1153-1",
"awardID": "017816-2023-Project_1153-1",
"title": "Blood Culture Collection Systems",
"status": "active",
"value": {
"amount": 5000000,
"currency": "GBP"
},
"dateSigned": "2023-06-22T00:00:00+01:00"
},
{
"id": "019321-2023-Project_1153-1",
"awardID": "019321-2023-Project_1153-1",
"title": "Blood Culture Collection Systems",
"status": "active",
"value": {
"amount": 5000000,
"currency": "GBP"
},
"dateSigned": "2023-06-22T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 1
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 1
},
{
"id": "3",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 1
},
{
"id": "4",
"measure": "electronicBids",
"relatedLot": "1",
"value": 1
}
]
}
}