Tender

Medical Hollowware 2025

NHS SUPPLY CHAIN

This public procurement record has 3 releases in its history.

Tender

02 May 2024 at 16:03

TenderUpdate

05 Sep 2023 at 15:03

Planning

24 Aug 2023 at 13:29

Summary of the contracting process

The NHS Supply Chain is conducting a tender for the procurement of Medical Hollowware products under a Framework Agreement. The estimated value of the agreement is approximately £4,434,712. The tender involves two lots: Disposable Patient Hollowware and Reusable Patient Hollowware. The deadline for submission is 31st May 2024. The tender process is in the open stage, with electronic and written submission methods allowed.

This tender offers opportunities for suppliers to provide Medical Hollowware products for the NHS. Businesses in the medical consumables industry, particularly those capable of providing reusable healthcare products, are well-suited to compete. The NHS Supply Chain emphasises compliance with ISO quality standards and environmental impact considerations, making it ideal for suppliers committed to sustainability and quality assurance.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Medical Hollowware 2025

Notice Description

NHS Supply Chain seeks to establish a Framework Agreement which will cover a range of Medical Hollowware products for both single use and reusable, including, but not limited to, bed pans/urinals, medicine pots (including gallipots & denture pots), jugs, medicine spoons, instrument trays, kidney dishes, lotion bowls and wash bowls. The estimated value over the total Framework Agreement term is expected to be in the region of PS4,434,712 (ex VAT) however this is approximate only. It is anticipated that in the first 12 months of the Framework Agreement the value of purchases will be circa PS881,533 (ex VAT) however this is approximate only. The figures for the total estimated value are based on that initial expenditure and include a forecast for growth.

Lot Information

Disposable Patient Hollowware

The Lot will cover a range of reusable medical hollowware products including, but not limited to, bedpans/urinals, medicine pots (including gallipots & denture pots), jugs, medicine spoons, kidney dishes, lotion bowls and wash bowls. For single use or disposable items, we are interested in hearing from suppliers as to how to reduce the environmental impact of these products, either through incorporation of more sustainable ALTERNATIVE MATERIALS (recycled content) or alternative materials with a lower impact (such as sugar cane). Precise quantities are unknown. It is anticipated that initial expenditure will be PS527,493 (ex VAT) 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. The estimated value over the total Framework Agreement term is expected to be in the region of PS2,141,836 (ex VAT) however this is approximate only. The following certification will be a requirement of the upcoming tender exercise and applicants may be required to include evidence of this with 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, covering manufacturing, storage and distribution. Applicants should note that if an Applicant intends to commits to obtain ISO9001 at tender submission then further information will be requested to evidence their current position in obtaining IS09001. ISO9001 must be in place prior to the commencement of the framework agreement in order for NHS Supply Chain to trade with the successful Applicant.

Reusable Patient Hollowware

The Lot will cover a range of reusable medical hollowware products including, but not limited to jugs, tracabilty tags and instrument trays. Precise quantities are unknown. It is anticipated that initial expenditure will be PS527,494 (ex VAT) 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. In the next Framework, we are looking to expand our offer on REUSABLE HOLLOWARE suitable for a number of different healthcare environments including but not limited to theatres and wards to support the NHS on its journey to net zero, the NHS must reduce its reliance on single use. We want to ensure NHS trusts are able to purchase a comprehensive range of reusables to support them if they wish to transition away from single use hollowware, we would like to hear from suppliers of stainless steel as well as other materials suitable for re-usable containers/vessels/receptacles. The estimated value over the total Framework Agreement term is expected to be in the region of PS2,292,876 (Ex VAT) however this is approximate only. The following certification will be a requirement of the upcoming tender exercise and applicants may be required to include evidence of this with their tender submission.

Re-usable Patient Hollowware

The Lot will cover a range of reusable medical hollowware products including, but not limited to, bedpans/urinals, medicine pots (including gallipots & denture pots), medicine spoons, kidney dishes, lotion bowls and wash bowls. In the next Framework, we are looking to expand our offer on REUSABLE HOLLOWARE suitable for a number of different healthcare environments including but not limited to theatres and wards to support the NHS on its journey to net zero, the NHS must reduce its reliance on single use. We want to ensure NHS trusts are able to purchase a comprehensive range of reusables to support them if they wish to transition away from single use hollowware, we would like to hear from suppliers of stainless steel as well as other materials suitable for re-usable containers/vessels/receptacles. Precise quantities are unknown. It is anticipated that initial expenditure will be PS208,006 (Cost ex VAT) 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. The estimated value over the total Framework Agreement term is expected to be in the region of PS1,612,305 (Cost ex VAT) however this is approximate only. The following certification will be a requirement of the upcoming tender exercise and applicants may be required to include evidence of this with 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. This should include but not be limited to manufacturing storage and distribution. Applicants should note that if an Applicant intends to commit to obtain ISO9001 at tender submission then further information will be required to evidence their current position in obtaining IS09001. ISO9001 must be in place at prior to the commencement of the framework agreement in order for NHS Supply Chain to trade with the successful Applicant. Additional information: Evidence of compliance to the Medical Devices Directive 93/42/EEC may be requested as part of your tender response. Applicants will be required to submit the following 2 forms of evidence: a valid, in date CE certificate issued by a notified body covering the scope of products that are to be tendered for and an EC declaration of conformity covering all tendered product lines.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03f6b1
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/014263-2024
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

33 - Medical equipments, pharmaceuticals and personal care products


CPV Codes

33140000 - Medical consumables

Notice Value(s)

Tender Value
£4,434,712 £1M-£10M
Lots Value
£4,434,712 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 May 20241 years ago
Submission Deadline
31 May 2024Expired
Future Notice Date
9 Apr 2024Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active, Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NHS SUPPLY CHAIN
Contact Name
Not specified
Contact Email
amina.day@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
TLI London

Local Authority
Lambeth
Electoral Ward
Waterloo & South Bank
Westminster Constituency
Vauxhall and Camberwell Green

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-03f6b1-2024-05-02T17:03:20+01:00",
    "date": "2024-05-02T17:03:20+01:00",
    "ocid": "ocds-h6vhtk-03f6b1",
    "description": "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_1291 Medical Hollowware ITT_1298 - Lot 1 ITT_1296 - Lot 2 Please note: you must respond to IT_1291 In addition to any lots you intend to respond to (The lot must be completed in its entirety i.e. technical and Commercial envelope) -- 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",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-03f6b1",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Medical Hollowware 2025",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "33140000",
            "description": "Medical consumables"
        },
        "mainProcurementCategory": "goods",
        "description": "NHS Supply Chain seeks to establish a Framework Agreement which will cover a range of Medical Hollowware products for both single use and reusable, including, but not limited to, bed pans/urinals, medicine pots (including gallipots & denture pots), jugs, medicine spoons, instrument trays, kidney dishes, lotion bowls and wash bowls. The estimated value over the total Framework Agreement term is expected to be in the region of PS4,434,712 (ex VAT) however this is approximate only. It is anticipated that in the first 12 months of the Framework Agreement the value of purchases will be circa PS881,533 (ex VAT) however this is approximate only. The figures for the total estimated value are based on that initial expenditure and include a forecast for growth.",
        "lots": [
            {
                "id": "1",
                "title": "Disposable Patient Hollowware",
                "description": "The Lot will cover a range of reusable medical hollowware products including, but not limited to, bedpans/urinals, medicine pots (including gallipots & denture pots), jugs, medicine spoons, kidney dishes, lotion bowls and wash bowls. For single use or disposable items, we are interested in hearing from suppliers as to how to reduce the environmental impact of these products, either through incorporation of more sustainable ALTERNATIVE MATERIALS (recycled content) or alternative materials with a lower impact (such as sugar cane). Precise quantities are unknown. It is anticipated that initial expenditure will be PS527,493 (ex VAT) 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. The estimated value over the total Framework Agreement term is expected to be in the region of PS2,141,836 (ex VAT) however this is approximate only. The following certification will be a requirement of the upcoming tender exercise and applicants may be required to include evidence of this with 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, covering manufacturing, storage and distribution. Applicants should note that if an Applicant intends to commits to obtain ISO9001 at tender submission then further information will be requested to evidence their current position in obtaining IS09001. ISO9001 must be in place prior to the commencement of the framework agreement in order for NHS Supply Chain to trade with the successful Applicant.",
                "status": "active",
                "value": {
                    "amount": 2141836,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "allowed",
                    "electronicCataloguePolicy": "required"
                },
                "hasOptions": false
            },
            {
                "id": "2",
                "title": "Reusable Patient Hollowware",
                "description": "The Lot will cover a range of reusable medical hollowware products including, but not limited to jugs, tracabilty tags and instrument trays. Precise quantities are unknown. It is anticipated that initial expenditure will be PS527,494 (ex VAT) 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. In the next Framework, we are looking to expand our offer on REUSABLE HOLLOWARE suitable for a number of different healthcare environments including but not limited to theatres and wards to support the NHS on its journey to net zero, the NHS must reduce its reliance on single use. We want to ensure NHS trusts are able to purchase a comprehensive range of reusables to support them if they wish to transition away from single use hollowware, we would like to hear from suppliers of stainless steel as well as other materials suitable for re-usable containers/vessels/receptacles. The estimated value over the total Framework Agreement term is expected to be in the region of PS2,292,876 (Ex VAT) however this is approximate only. The following certification will be a requirement of the upcoming tender exercise and applicants may be required to include evidence of this with their tender submission.",
                "status": "active",
                "value": {
                    "amount": 2292876,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "hasOptions": false
            },
            {
                "id": "3",
                "title": "Re-usable Patient Hollowware",
                "description": "The Lot will cover a range of reusable medical hollowware products including, but not limited to, bedpans/urinals, medicine pots (including gallipots & denture pots), medicine spoons, kidney dishes, lotion bowls and wash bowls. In the next Framework, we are looking to expand our offer on REUSABLE HOLLOWARE suitable for a number of different healthcare environments including but not limited to theatres and wards to support the NHS on its journey to net zero, the NHS must reduce its reliance on single use. We want to ensure NHS trusts are able to purchase a comprehensive range of reusables to support them if they wish to transition away from single use hollowware, we would like to hear from suppliers of stainless steel as well as other materials suitable for re-usable containers/vessels/receptacles. Precise quantities are unknown. It is anticipated that initial expenditure will be PS208,006 (Cost ex VAT) 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. The estimated value over the total Framework Agreement term is expected to be in the region of PS1,612,305 (Cost ex VAT) however this is approximate only. The following certification will be a requirement of the upcoming tender exercise and applicants may be required to include evidence of this with 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. This should include but not be limited to manufacturing storage and distribution. Applicants should note that if an Applicant intends to commit to obtain ISO9001 at tender submission then further information will be required to evidence their current position in obtaining IS09001. ISO9001 must be in place at prior to the commencement of the framework agreement in order for NHS Supply Chain to trade with the successful Applicant. Additional information: Evidence of compliance to the Medical Devices Directive 93/42/EEC may be requested as part of your tender response. Applicants will be required to submit the following 2 forms of evidence: a valid, in date CE certificate issued by a notified body covering the scope of products that are to be tendered for and an EC declaration of conformity covering all tendered product lines.",
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "33140000",
                        "description": "Medical consumables"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "33140000",
                        "description": "Medical consumables"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "33140000",
                        "description": "Medical consumables"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "communication": {
            "futureNoticeDate": "2024-04-10T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "Additional information can be obtained from the above-mentioned address"
                        },
                        "newValue": {
                            "text": "Official Name - NHS Supply Chain: NUTS Code - UK Postal address - Carwood Park Town - Leeds Country - United Kingdom Contact Person - Gavin Staniforth Email - Gavin.Staniforth2@supplychain.nhs.uk 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/"
                        },
                        "where": {
                            "section": "I.3"
                        }
                    },
                    {
                        "oldValue": {
                            "text": "Please complete the associated RFI document for this PIN and return to us to help gain a better understanding of the market by the 7th September 2023"
                        },
                        "newValue": {
                            "text": "Please complete the associated RFI document for this PIN and return to us to help gain a better understanding of the market by the 6 October 2023"
                        },
                        "where": {
                            "section": "II.I.4"
                        }
                    }
                ]
            }
        ],
        "value": {
            "amount": 4434712,
            "currency": "GBP"
        },
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://nhssupplychain.app.jaggaer.com/web/login.html",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "List and brief description of conditions Applicants should refer to II.2 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. The Framework Agreement will be between NHS Supply Chain and the Supplier. Under the Framework Agreement there will be two different methods of supply - one for Non-Direct Contract Products and one for Direct Contract Products. NHS Supply Chain will be entitled to purchase the supplies identified as Non-Direct Contract Products which it will then 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. 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 nonexclusive 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.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "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.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 10
            }
        },
        "tenderPeriod": {
            "endDate": "2024-05-31T15:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 270
            }
        },
        "awardPeriod": {
            "startDate": "2024-06-03T09:00:00+01:00"
        },
        "bidOpening": {
            "date": "2024-06-03T09:00:00+01:00"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "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": {
                "email": "Amina.Day@supplychain.nhs.uk",
                "url": "https://nhssupplychain.app.jaggaer.com/web/login.html"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://nhssupplychain.app.jaggaer.com/web/login.html",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "NATIONAL_AGENCY",
                        "description": "National or federal agency/office"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ],
                "buyerProfile": "https://www.gov.uk/government/organisations/department-of-health/about/procurement"
            }
        },
        {
            "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"
}